Download as pdf or txt
Download as pdf or txt
You are on page 1of 136

nùÊIÉhÉ ®äú±É´Éä

SOUTHERN RAILWAY
(ʺÉMÉxÉ±É B´ÉÆ nÚù®ú ºÉÆSÉÉ®ú ʴɦÉÉMÉ)

SIGNAL & TELECOMMUNICATION DEPARTMENT 
 

¦ÉÉMÉ - **

VOLUME –II 
 

`äöEäò EòÒ Ê´É¶Éä¹É ¶ÉiÉç, nù®ú +xÉÖºÉÚSÉÒ 2011,

ʺÉMÉxÉ±É EòɪÉÉç Eäò ʱÉB iÉEòxÉÒEòÒ Ê´ÉʶÉι]õªÉÉÄ,+Éè®ú +É®äúJÉ

SPECIAL CONDITIONS OF CONTRACT,  

SCHEDULE OF RATES 2011, 

TECHNICAL SEPCIFICATIONS AND DRAWINGS 

 FOR SIGNALLING WORKS.  

SÉäxÉ

Chennai 

MAY ‐ 2012 

Signature Not
Verified
Digitally signed by
SUNI S
Date: 2021.03.12
15:48:59 IST
Reason: IREPS-CRIS
Location: New Delhi
1

INDEX

VOLUME - II

CHAPTER – I SPECIAL CONDITIONS OF CONTRACT [P -2 to 30]

CHAPTER – II SCHDULE OF RATES 2011 [P-31 to 80]

CHAPTER – III TECHNICAL SPECIFICATIONS


OF SIGNALLING WORKS [P-81 to 117]

CHAPTER – IV LIST OF DRAWINGS [P-118 to 129]

CHAPTER – V SPECIFICATION/ DRAWINGS OF


SIGNALLING MATERIALS [P-130 to 135]
2

CHAPTER – I

SPECIAL CONDITIONS OF CONTRACT

1 LOCAL CONDITIONS
2 PROCUREMENT OF STORES
3 MATERIALS TO BE SUPPLIED BY RAILWAYS
4 EARNEST MONEY DEPOSIT,PERFORMANCE GUARANTEE &
SECURITY DEPOSIT
5 QUANTITY
6 LANGUAGE
7 ADOPTION OF METRIC SYSTEM
8 USE OF TECHNICAL TERMS AND CONDITIONS
9 DRAWINGS AND SPECIFICATIONS
10 CLARIFICATION REQUIRED BY THE TENDERER/CONTRACTOR
11 DISCREPANCIES IN DRAWINGS AND OTHER DOCUMENTS
12 SUPPLY OF ELECTRIC POWER
13 INTERPRETATION OF THE CONDITIONS
14 FUTURE DEVELOPMENTS
15 MOBILISATION ADVANCE
16 EXECUTION OF WORK & VARIATION IN QUANTITIES
17 ATTENDING TO DEFECTS
18 MAINTENANCE/GUARANTEE
19 INSPECTION OF MATERIALS
20 FACILITIES FOR TEST & EXAMINATION
21 CERTIFICATE OF INSPECTION & APPROVAL
22 INSURANCE
23 TAXES-CENTRAL, STATE, LOCAL
24 PRICE/WAGE ESCALATION CLAUSE
25 SAFETY PROVISION FOR CARRYING OUT OF WORKS
26 CONTRACTOR’s DRAWINGS
27 SITE FACILITIES
28 STORAGE OF PETROLEUM
29 SERVICE ROADS
30 ROYALTIES &PATENT RIGHTS
31 COMPLETION PERIOD
32 NIGHT WORK
33 PAYMENTS
34 DEDUCTION OF INCOME TAX
35 INCOME TAX CLEARANCE CERTIFICATE
36 LABOUR LICENCE
37 SITE CLEARANCE
38 FORCE MAJEURE CLAUSE
39 SETTLEMENT OF DISPUTE & ARBITRATION
3

SPECIAL CONDITIONS OF CONTRACT

GENERAL:

0.1 The Special Conditions of Contract contained herein shall be supplemented to


the “General Conditions of Contract”. In the event of any conflict or
inconsistency between them, the Special Conditions of contract contained
herein shall prevail.

0.2 The technical specifications of contract as incorporated in this contract


document and drawings supplied with tender will form the basis for execution
of the work.

0.3 The STANDARD GENERAL CONDITIONS OF THE CONTRACT [ CE - 493A]


for Civil Engineering works of Southern Railway as amended up to date
will form part of the contract Agreement and for all purposes be treated as
if the same have been incorporated herein. The contractor shall obtain
copy of the STANDARD GENERAL CONDITIONS OF CONTRACT
FOR CIVIL ENGINEERING WORKS from the Chief Engineer, Southern
Railway, Park Town, Chennai - 600 003, on production of Cash
Receipt for the sum of Rs.40/- plus tax as leviable paid to the Chief
Cashier, Southern Railway, Chennai - 600 003, or any Station Master on
Southern Railway.

0.4 SCOPE OF WORK: Specified in Vol. I

1.0 LOCAL CONDITIONS:

1.1.1 NEED OF TENDERER FOR CAREFUL STUDY OF TENDER AND SITE


CONDITIONS:

The intending tenderer is advised to study tender papers, concerned


specification and other instructions carefully. The tenderer shall inspect the
proposed site of work and acquaint himself with the site conditions, working
hours, layout of land, trees and shrubs that he will have to cut, type of strata
likely to be met within the borrow pits, stacking space for materials, approach
roads, pathways available etc. and all relevant items connected with
execution for the work. No claim shall be entertained for the contractors
making his own arrangements for approach roads from outside Railway Land
and contractors will bear entire expenses such as road taxes, payment for
right of way, etc. to outsiders and for constructions of approach roads, etc.
The submission of tender shall be deemed to have been done after careful
study and examination of the tender papers with full understanding of the
implication thereof, unless otherwise, specifically commented upon by the
tenderer in his quotation. Failure to adhere to any one or all these instructions
may render his offer liable to be ignored without any reference.
4

1.1.2 No request for the change of price, or time schedule for completion of works
shall be entertained after the offer is accepted by the Railways on account of
any local condition or factor

1.2 JOINT VENTURE


(Applicable for advertised Tender value exceeding Rs.25 crores)

GUIDELINES AND CONDITIONS FOR JOINT VENTURE:

1.2.0 Following stipulations shall be applicable for joint venture (JV) of firms
(hereinafter called JV)

1.2..1 . Separate identity/name shall be given to the Joint Venture Firm.

1.2..2 Number of members in a JV Firm shall not be more than three, if the work
involves only one department (say Civil or S&T or Electrical or Mechanical)
and shall not be more than five, if the work involves more than one
department.

1.2..3 A member of JV Firm shall not be permitted to participate either in individual


capacity or as a member of another JV Firm in the same tender.

1.2..4 The tender form shall be purchased and submitted only in the name of the JV
Firm and not in the name of any constituent member.

1.2..5 Normally EMD shall be submitted only in the name of the JV Firm and not in
the name of constituent member. However, in exceptional cases EMD in the
name of Lead Member can be accepted subject to submission of specific
request letter from Lead Member stating the reasons for not submitting EMD
in the name of JV Firm and giving written confirmation from JV members to
the effect that EMD submitted by the Lead Member may be deemed as EMD
submitted by JV Firm.

1.2..6. One of the members of the JV Firm shall be its Lead Member who shall have
a majority (at least 51%) share of interest in the JV Firm and also, must have
satisfactorily completed in the last three previous financial years and the
current financial year up to the date of opening of the tender, one similar
single work for a minimum value of 35% of advertised tender value. The other
members shall have a share of not less than 20% each in case of JV Firms
with up to three members and not less than 10% each in case of JV Firms
with more than three members. In case of JV Firm with foreign member(s),
the Lead Member has to be an Indian Firm with a Minimum share of 51 %

1.2..7 A copy of Memorandum of Understanding (MOU) executed by the JV


members shall be submitted by the JV Firm along with the tender. The
complete details of the members of the JV Firm, their share and responsibility
in the JV Firm etc.particularly with reference to financial, technical and other
obligations shall be furnished in the MOU. (The MOU format for this purpose
shall be finalized by the Railway in consultation with their Law Branch and
shall be enclosed along with the tender.)
5

1.2..8 Once the tender is submitted, the MOU shall not be modified / altered /
terminated during the validity of the tender. In case the tenderer fails to
observe/comply with this stipulation, the full Earnest Money Deposit (EMD)
shall be liable to be forfeited.

1.2..9 Approval for change of constitution of JV Firm shall be at the sole discretion of
the Employer (Railways). The constitution of the JV Firm shall not be allowed
to be modified after submission of the tender bid by the JV Firm, except when
modification becomes inevitable due to succession laws etc. and in any case
the minimum eligibility criteria should not get vitiated. However, the Lead
Member shall continue to be the Lead Member of the JV Firm. Failure to
observe this requirement would render the offer invalid.

1.2..10. Similarly, after the contract is awarded, the constitution of JV Firm shall not
be allowed to be altered during the currency of contract except when
modification become inevitable due to succession laws etc. and in any case
the minimum eligibility criteria should not get vitiated. Failure to observe this
stipulation shall be deemed to be breach of contract with all consequential
penal action as per contract conditions.

1.2..11.On award of contract to a JV Firm, a single Performance Guarantee shall be


submitted by the JV Firm as per tender conditions. All the Guarantees like
Performance Guarantee, Bank Guarantee for Mobilization Advance,
Machinery Advance etc. shall be accepted only in the name of the JV Firm
and no splitting of Guarantees amongst the members of the JV Firm shall be
permitted.

1.2..12. On issue of LOA (Letter Of Acceptance),an agreement among the members


of the JV Firm (to whom the work has been awarded) shall be executed and
got registered before the Registrar of the Companies under Companies Act or
before the Registrar/Sub-Registrar under the Registration Act, 1908. This JV
Agreement shall be submitted by the JV Firm to the Railways before signing
the contract agreement for the work. In case the tenderer fails to observe
/comply with this stipulation, the full Earnest Money Deposit (EMD)
shall be forfeited and other penal actions due shall be taken against partners
of the JV and the JV. This Joint Venture Agreement shall have, inter-alia,
following Clauses:

1.2..12.1 Joint And Several Liability - Members of the JV Firm to which the contract
isawarded, shall be jointly and severally liable to the Employer (Railways)
forexecution of the project in accordance with General and Special Conditions
of Contract. The JV members shall also be liable jointly and severally for the
loss, Damages caused to the Railways during the course of execution of the
contract or due to non-execution of the contract or part thereof.

1.2..12.2 Duration of the Joint Venture Agreement - It shall be valid during the entire
currency of the contract including the period of extension, if any and the
maintenance period after the work is completed.
6

1.2..12.3.Governing Laws- The Joint Venture Agreement shall in all respect be


governed by and interpreted in accordance with Indian Laws.

1.2.13 Authorized Member - Joint Venture members shall authorize one of the
members on behalf of the Joint Venture Firm to deal with the tender, sign the
agreement or enter into contract in respect of the said tender, to receive
payment, to witness joint measurement of work done, to sign measurement
books and similar such action in respect of the said tender/contract. All
notices/correspondences with respect to the contract would be sent only to
authorized member of the JV Firm.

1.2.14 No member of the Joint Venture Firm shall have the right to assign or transfer
the interest right or liability in the contract without the written consent of the
other members and that of the employer (Railways)in respect of the said
tender/contract.

1.2.15. Documents to be enclosed by the JV Firm along with the tender:

1.2..15.1 In case one or more of the members of the JV Firm is/are partnership
firm(s), following documents shall be submitted:

(a) Notary certified copy of the Partnership Deed,

(b) Consent of all the partners to enter into the Joint Venture Agreement on a
stamp paper of appropriate value (in original).

(c) Power of Attorney (duly registered as per prevailing law) in favour of one of
the partners of the partnership firm to sign the JV Agreement on behalf of the
partnership firm and create liability against the firm.

1.2.15.2. In case one or more members is/are Proprietary Firm or HUF, the following
document s shall be enclosed:

Affidavit on Stamp Paper of appropriate value declaring that his/her Concern


is a Proprietary Concern and he/she is sole proprietor of the Concern OR
he/she is in position of "KARTA" of Hindu Undivided Family (HUF) and he/she
has the authority, power and consent given by other partners to act on behalf
of HUF.

1.2.15.3. In case one or more members is/are limited companies, the following
documents shall be submitted:

(a) Notary certified copy of resolutions of the Directors of the Company,


permitting the company to enter into a JV agreement, authorizing MD or one
of the Directors or Managers of the Company to sign JV Agreement, such
other documents required to be signed on behalf of the Company and enter
into liability against the company and/or do any other act on behalf of the
company.

(b) Copy of Memorandum and Articles of Association of the Company.


7

(c) Power of Attorney (duly registered as per prevailing law) by the Company
authorizing the person to do/act mentioned in the para (a) above.

1.2..15.4 All the Members of JV shall certify that they are not black listed or debarred
by Railways or any other Ministry/Department of the Govt. of India/State Govt.
from participation in tenders/contract on the date of opening of bids either in
their individual capacity as members of the JV or the JV Firm in which they
were/are members.

1.2.16. Credentials & Qualifying Criteria : Technical and financial eligibility of the JV
Firm shall be adjudged based on satisfactory fulfillment of the following
criteria:

1.2.16.1. Technical Eligibility Criteria (a' or 'b' mentioned here under) :

(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily
completed in the last three previous financial years and the current financial
year up to the date of opening of the tender, one similar single work for a
minimum of 35%of advertised value of the tender.

OR

(b) (i) In case of composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works,
OHE works etc. and in the case of major bridges - substructure,
superstructure etc.). for each component, at least 35'%of the value of any of
such components individually for single similar nature of work should have
been satisfactorily completed by the JV Firm or by any member of the JV Firm
in the previous three financial years and the current financial year up to the
date of opening of tender. The member satisfying technical eligibility criteria
for the largest component of the work shall be the Lead Member and that
Member shall have a majority (at least 51%) share of interest in the JV Firm.

(ii) In such cases, what constitutes a component in a composite work shall be


clearly pre-defined with estimated tender cost of it, as part of the tender
documents without any ambiguity. Any work or set of works shall be
considered to be a separate component, only when cost of the
component is more than Rs.2 crore each.

(iii) However, as long as the JV Firm or any member of the JV Firm meets with
the requirements, in one or more components of the work, and has completed
a minimum of 35% of the advertised value of the tender for the same value of
the component, and resultantly, all the members of the JV collectively, then
meet the prescribed technical eligibility criteria, the JV shall stand technically
qualified.
Note: Value of a completed work done by a Member in an earlier JV Firm
shall be reckoned only to the extent of the concerned member's share in that
JV Firm or the purpose of satisfying his/her compliance to the above
mentioned technical eligibility criteria in the tender under consideration.
8

1.2..16.2 Financial Eligibility Criteria: The contractual payments received by the JV


Firm or the arithmetic sum of contractual payments received by all the
members of JV Firm in the previous three financial years and the current
financial year up to the date of opening of tender shall be at least 150% of the
estimated value of the work as mentioned in the tender.

Note: Contractual payment received by a Member in an earlier JV Firm shall


bereckoned only to the extent of the concerned member's share in thatJV
Firm for the purpose of satisfying compliance of the above Mentioned financial
eligibility criteria in tender under consideration.

2.0 PROCUREMENT OF STORES:

2.1 For the execution of the works, the contractor shall procure items of materials
inclusive of miscellaneous and consumable items of Stores as detailed in Vol.I

2.2 All signalling and telecom. materials to be supplied by the contractor shall be
subject to inspection by Railway’s nominee as per Clause 19 of Special
Conditions of Contract.

2.3 All the materials and equipments to be supplied and used for execution of
work shall be to IRS wherever available, or to ISS, if IRS is not available. In
case of materials for which neither IRS nor ISS is an available, detailed
specification with drawing have to be supplied by the contractor for approval
of the Railway Administration.

2.4 Materials not covered in RDSO’s approved list of items and to be supplied by
the contractor shall be of the best quality and from manufacturers of reputed
establishments. The contractor shall produce test, warranty certificates from
the manufacturers and the pamphlets in four copies to the Railways.
Materials covered under RDSO’s approved list of items should be procured
from those firms approved by RDSO only.

2.5 Materials to be supplied by the tenderer/contractor and by Railways for the


execution of work are indicated in Vol.I separately. However, any particular
item of materials not included in the contractor’s list or in the Railway’s list, but
if still required to complete the works, the tenderer shall include such items of
materials in his tender and quote for the same.

2.6 The specification for each material to be procured and used by the tenderer
shall be as per details given in Vol-I &II and RDSO.

2.7 The contractor will however have to procure all the tools and plants required
for executing the labour portion of the work and before the actual
commencement of the work, the contractor will satisfy the Railway engineer
that he has procured all the necessary tools and plant required of good
9

quality. The contractor shall engage his own labour and supervisor for the
execution for work covered in the contract.

3. MATERIALS TO BE SUPPLIED BY RAILWAYS FOR THE EXECUTION OF


THE WORK:

Materials as indicated in Vol.I shall be supplied to the contractor by the


Railways free of cost at the stores depot indicated therein. The rates quoted
by the contractor should include the cost of transportation of materials
supplied by the railways from the place of delivery to site of work.

4. EARNEST MONEY DEPOSIT, PERFORMANCE GAURANTEE AND


SECURITY DEPOSIT:

As indicated in Volume I

5. QUANTITY:

It will not be binding on the Railway Administration to give the works at all the
stations or all the items of work at a station on contract and the Railway
Administration may decide to do any or all the items of supply or work
involved at a station in the above list departmentally without assigning any
reason for the same. Also, the Railway Administration may give the work at
different stations to different tenderers or different items of work at the same
station to different tenderers without assigning any reason for the same.

6. LANGUAGE:

All documents to be submitted in connection with this contract shall be written


in ENGLISH.

7. ADOPTION OF METRIC SYSTEM:-

Dimensions, weights etc., shall be quoted in Metric system.

8. USE OF TECHNICAL TERMS AND CONDITIONS, DRAWINGS AND


SPECIFICATIONS:-

Definition of technical terms and symbols used in circuits shall be as


per Indian Standard Specifications and where such specifications are not
available, they should be of British Standard Specification.

9. DRAWING AND SPECIFICATIONS:-

Copies of the IRS drawings and specifications according to which the works
have to be executed, have to be obtained by the Tenderer direct from the
Director General, RDSO, S&T Wing, Alambagh, Lucknow-5.
10

10. CLARIFICATION REQUIRED BY THE TENDERER/CONTRACTOR:-

Any clarification required by the Contractor may be obtained from the


Chief Signal & Telecommunication Engineer (Proj/Plg. & Proj), Southern
Railway, Moore Market Complex, Park Town, Chennai-600 003. After
award of contract, the field executive who is in charge of the work as indicated
in Vol.I may be referred.

11. DISCREPANCIES IN DRAWINGS AND OTHER DOCUMENTS:

The tenderer shall carry out at his expense any alteration of the work due to
any discrepancies, errors or omissions in the drawings or other particulars
submitted by him. Any approval given by the Railway for this purpose shall in
no way absolve the contractor from any or all responsibilities for the correct
function of the equipment. In this regard, the sole responsibility rests with the
contractor in all respect. Any fittings or accessories which may not be
specifically mentioned in the specification of tender documents or the letter of
acceptance of the tender or the agreement executed thereof but which are
usual or necessary as per normal Signal Engineering practice are to be
provided by the contractor without extra charge so that the plant is complete
in all respects.

12 SUPPLY OF ELECTRIC POWER:

The Railway shall provide single phase LT power supply for soldering, lighting
and minor drilling works, wherever electric supply is available. The charges
for electric consumption at site in connection with the erection have to be
borne by the contractor at the rate specified by the Railway. However, non –
availability of power will not be a reason for the slow progress of work. If
power is not available, the contractor shall make his own arrangement for
Generator set/electrical power.

13 INTERPRETATION OF THE CONDITIONS:

With his tender the tenderer shall submit a note stating his interpretation of
the specification wherever he desires to clarify any aspects of his offer. In
respect of matters or issues not covered by this note, it shall be assumed that
the quotation conforms to the specifications laid down in the tender
documents. The interpretation of the Railway where such interpretation found
necessary shall be final and binding on the tenderer.

14 FUTURE DEVELOPMENTS:

If during the period between the date of tender and signing of the contract,
there have been any developments resulting in improvements or
advancements, technical or mechanical in regard to the equipment to be
installed, its designs or fabrications, the tenderer shall make available to
the Railway all information pertaining to the same. In the light of such
information the Railway may modify the orders to take advantage of
these developments on the basis of mutually agreed terms.
11

15 MOBILISATION ADVANCE
(Only if the tender value of the work is 25 crores and above):

15.1 The contractor may be granted a recoverable interest bearing mobilization


advance up to 10% of the Contract Value provided he specifically applies for it
while Tendering. If the Tenderer fails to apply specifically for mobilization
advance while giving his offer in the tendering stage in cases where grant of
mobilization advance is permissible, no subsequent requests from him for
grant of this advance will be entertained. The prevailing rate of interest will be
applicable.

15.2 The advance will be granted in two instalments, viz., 5% of the contract value
on signing of the Contract Agreement and the balance 5% after mobilization
of site establishment, setting up Offices, bringing in equipments and actual
commencing of works.

15.3 The mobilization advance shall be against an irrevocable bank guarantee of


value 110% of the sanctioned advance amount. Bank guarantee shall be from
a nationalized bank in India or state bank of India, all schedule banks in India,
national savings certificate etc.

15.4 These Guarantee Bonds shall be returned as and when the value of the
advance and interest is recovered from the running bills.

15.5 The recovery of the advance and interest thereupon will be made through the
`On Account’ bills, pro rata commencing when the value of the work executed
under the contract reaches 15% of the contract value and completed when
the value of the work executed under the contract reaches 85% of the
contract value.

16.0 EXECUTION OF WORK:

16.1 Materials required for installation at the station shall be made available to the
contractor at the Railway’s depot as indicated in Vol.I and the contractor shall
take delivery of such materials at this depot and make his own arrangements
for the transport of the materials at the works spot at his own cost. The
contractor shall be responsible for checking before taking delivery that all the
materials given to them are in good condition. The contractor shall be
responsible for undertaking repairs if any, to crates, cable drums packing
cases, etc. for safe transport of materials from Railway’s specified depot to
the site of work. The contractor should also undertake necessary repairs to
crates drums etc. in respect of unused materials required to be returned to the
purchaser. No extra payment will be made on this account. Extra care should
be taken in the transportation of sophisticated Electrical and Electronic
equipments like relays, SSI equipment, power equipments, etc. to prevent
from damage during transit. Further, these equipments should be stored in a
covered place to protect from heat, dust, water, etc. These equipments
should be installed and brought in use before the expiry of the shelf life.
12

16.2 The rates quoted by the Contractor in the schedule shall be inclusive of all the
charges viz., labour and transportation of materials including loading,
unloading and shifting from the Stores depot to work spot, etc. and all the
materials to be supplied by them as indicated in Vol.I. No other charges shall
be payable by the Railway.

16.3 The materials that shall be handed over to the Contractor at any time for
execution of the work shall depend upon the particular item of work in the
Schedule to be done at a particular time and also the progress of work. The
contractor shall furnish an indemnity bond for a sum equal to the cost of
materials proposed to be taken by him. The quantity of materials that shall be
given by the Railway at a time shall not exceed the value of the indemnity
bond that is furnished by the contractor.

16.4 The materials issued by the Railways shall be used solely and economically
for the purpose of the works covered under this contract only. The materials
shall be used in such quantities and manner as indicated in the relevant
specifications or drawings or as approved by the Engineer whose decision
thereon shall be final. Waste or damage to such materials in any manner shall
not be caused by the Contractor.

16.5 The contractor will be liable to render full accountal for all the materials issued
by the Railway. If any quantity of Railway materials is consumed in excess or
wasted or damaged or lost or otherwise not satisfactorily accounted for,
recovery shall be made from the contractor at the book rate or last purchase
rate or the prevailing market rate whichever is higher plus 5% on account of
initial freight, 2% on account of incidental charges together with supervision
charges at 12.5% on the total cost inclusive of materials, freight and incidental
charges. Freight between the Railway sources of supply and the site of work
shall be to the contractor’s account.

16.6 If at any time, any material which the contractor would normally have to
arrange for himself for executing the works, is supplied by the Railways, either
at the contractor’s request or suo-moto in order to prevent possible delay in
the execution of the work due to contractor’s inability to make adequate
arrangements for the supply thereof or otherwise such materials will be made
available to the contractor in the Railways Stores as indicated in Vol.I. All
handling thereof will be the contractor’s responsibility. Recovery of the cost of
such supply materials will be made from the contractor’s bills as per extant
rules of the Railway.

16.7 VARIATION IN QUANTITIES:

16.7.1 The drawings referred to in the list of plans, if any, are intended only to give a
rough and general idea of the location and rough details of work to be done.
No claim whatsoever will be admissible in respect of any
alteration/addition/change in the type of works.
13

16.7.2 The quantities of various items given in the schedules for the works to be
executed are only approximate and are only for the guidance of the
contractor. As far as possible, they have been assessed correctly but are
likely to vary during the execution of the work. The contractor’s attention is
drawn to Clause 42 of the General Conditions of Contract dealing with
variation in quantities.

16.7.3 For increase up to 25% of the quantities indicated in schedule, the contractor
shall not be entitled for any compensation and will be paid for such increase in
the quantities at the agreement rate.

16.7.4 In the event of reduction in the quantities to be executed for any reason
whatsoever, the contractor shall not be entitled for any compensation but shall
be paid only for the actual quantity of work done, at the agreemental rates.

16.7.5 Individual NS items in contracts shall be operated with variation of plus or


minus 25% and payment would be made as per the agreement rate. For this
no finance concurrence would be required.

16.7.6. In case an increase in quantity of an individual item by more than 25% of the
agreement quantity is considered unavoidable, the same shall be got
executed by floating a fresh tender. If floating a fresh tender for operating that
item is considered not practicable, quantity of that item may be operated in
excess of 125% of the agreement quantity subject to the following conditions.

(a) Operation of an item by more than 125% of the agreement quantity needs
the approval of an officer of the rank not less than S.A.Grade.
(i) Quantities operated in excess of 125% but upto 140% of the
agreement quantity of the concerned item shall be paid at 98% of the rate
awarded for that item in that particular tender.
(ii) Quantities operated in excess of 140% but upto 150% of the
agreement quantity of the concerned item shall be paid at 96% of the rate
awarded for that item in that particular tender.
(iii)Variation in quantities of individual items beyond 150% will be
prohibited and would be permitted only in exceptional unavoidable
circumstances with the concurrence of associate finance and shall be paid
at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the
Individual items of the contract and not on the overall contract value

c) Execution of quantities beyond 150% of the overall agreemental value should


not be permitted and if found necessary, should be only through fresh
tenders or by negotiating with existing contractor, with prior personal
concurrence of FA&CAO/FA&CAO(C) and approval of General Manager.

16.7.7 In cases where decrease is involved during execution of contract:

(a) The contract signing authority can decrease the items upto 25% of
individual item without finance concurrence.
14

(b) For decrease beyond 25% for individual items or 25% of contract
agreement value, the approval of an officer not less than rank of
S.A.Grade may be taken, after obtaining “No Claim Certificate’ from the
contractor and with finance concurrence, giving detailed reasons for
each such decrease in the quantities.
(c) It should be certified that the work proposed to be reduced will not be
required in the same work.

16.7.8 The aspect of vitiation of tender with respect to variation in quantities should
be checked and avoided. In case of vitiation of the tender (both for increase
as well as decrease of value of contract agreement) sanction of the
competent authority as per single tender should be obtained.

i) The limit for varying quantities for minor value items shall be 100% (as against
25% prescribed for other items). A minor value item for this purpose is
defined as an item whose original agreement value is less than 1% of the total
original agreement value.

ii) No such quantity variation limit shall apply for foundation items

iii) As far as SOR items are concerned, the limit of 25% would apply to the value
of SOR schedule as a whole and not on individual SOR items .However, in
case of NS items, the limit of 25% would apply on the individual items
irrespective of the manner of quoting the rate (single percentage rate or
individual item rate).

iv) For the tenders accepted at the Zonal Railways level, the variation in the
quantities will be approved by the authority in whose powers the revised value
of the agreement lies.

v) For the tenders accepted by General Manager, variations upto 125% of the
original agreement value (even if the revised agreement value is beyond GM’s
competence to accept tenders) may be accepted by General Manager.

vi) For tenders accepted by Board members and Railway Ministers, variations up
to 110% of the original agreement value may be accepted by General
Manager.

16.8 VITIATION CLAUSE:

In the event of Vitiation occurring due to increase or decrease in quantities,


among the first, second and third lowest valid tenderers, the vitiation shall be
to contractor’s account. The total value of the work done shall be calculated
at the rate offered by those tenderers and the amount payable shall be limited
to the lowest aggregate value as worked out. Vitiation as above shall be
worked out as a whole for agreement including all variations in quantities.

16.9 The contractor shall give written notice of 15 days to the Engineer before
commencement of any particular item of work, at any station so that the
engineer can make adequate arrangements for supply of the materials
15

required and for supervising that work. The contractor will programme his
work in such a manner so as not to interfere in the working and movement of
trains. No extra payment shall be allowed on this account and for taking any
precaution or wastage of contractor's labour, time, etc. due to train working.

16.10 RETURN OF EMPTY CABLE DRUM/RELEASED MATERIALS:

The contractor has to return any cut pieces of cables, wires, etc., that may be
left out and surplus materials from the drums and other packing materials that
might have been handed over to him. No extra payment will be made for this
and the unit price quoted against the various items should include this work
also. The surplus materials have to be handed over to the Stores of the
Engineer-in-Charge of the work as mentioned in Vol.I. Failure on the part of
the contractor to return the empty cable drums will entail the contractor to pay
the charges as indicated against various sizes of empty cable drums at the
time of final payment, indicated as hereunder:

16.10.1 Empty Signaling cable drums up to 12 Core capacity Rs.100/- each


(Rupees One Hundred only).

16.10.2 Empty Signaling cable drums above 12 Core and up to 31 Core capacity
and Telecommunication cable drums Rs.150/- each (Rupees One Hundred
and Fifty only).

16.10.3 Empty Power cable drums Rs.125/- each (Rupees One Hundred and
twenty Five only).
16.11 The contractor shall take proper written acknowledgement from the
Engineers Representative for all the materials returned by him.
16.12 All tools that are required by the contractor for the purpose of transportation
of the materials, digging, concreting and erection, wiring and painting works
shall be brought by the contractor himself. This shall include spare parts,
fuel and consumable and miscellaneous stores-details furnished in Vol.I
.The rates quoted by the contractor shall be deemed to be inclusive of all
charges for such items and inclusive of labour required to ensure efficient
and methodical execution of work.

16.13 RATES DURING NEGOTIATION:

The tenderer shall not increase his quoted rates in case the Railway
Administration negotiates for reduction of rates, such a negotiation
shall not amount to cancellation or withdrawal of the original offer
and the rates originally quoted will be binding on the tenderer.

16.14 NEGOTIATION OF RATES FOR ITEMS NOT MENTIONED IN SCHEDULE:

If during the execution of the work the contractor is called upon to carry out
any new item of work not included in accepted Schedule, if any, it should not
16

be executed before a rate has been agreed to by the Railways in the manner
as indicated in General Conditions of Contract and Instructions for tenderers.

16.15 INSPECTION OF FOUNDATION:

Before casting of foundation, the contractor’s representative and the


Engineer’s representative shall jointly inspect the quality and depth of pits,
quality of bricks, concrete mixture, etc. and ensure compliance with the
Drawings and Specifications.

16.16 INSPECTION OF TRENCHES, CHASES &FILLINGS:

Before the cable is actually laid, the Contractor’s representative and the
Engineer’s representative shall jointly inspect the quality and depth of
trenches, chases, for temped filling. The measurements for all these items
will be suitably recorded by the Engineer’s representative who will permit the
laying of cables after issuing the certificate in Form 8 that the above works
have been done as required by the specifications.

16.17 Due care shall be exercised to ensure that while doing the dismantling work,
no released material is damaged by the contractor. Proper accountal is to be
taken at the field jointly with Railway Representative before releasing. After
releasing the materials, the released materials can be stocked neatly at a
place indicated by Railways (preferably near road approach) at the station.
The released unwanted materials may be watched and guarded till the same
is auctioned. The Contractor shall take proper written acknowledgement from
the Engineer’s Representative for all the materials returned by him.

16.18 Following field Books of supervisors shall be maintained:

i) Site Order Book – For all instructions issued to the contractor or his
representative with their replies.
ii) Note Book – For recording progress of work, satisfactory or
unsatisfactory working of contractors, matters for reference to
supervisors, dates of all inspection, details on various points
considered worthy of remarks.

These books are considered as official records to be produced whenever


required by the supervisors.

16.19 RECEIPT OF MATERIALS FROM CONTRACTOR:

16.19.1 As soon as the materials are accepted by the Railway from the contractor,
DMTR entries are to be made immediately. While taking materials from the
contractor, delivery challans issued by the firm who has sold the materials to
the contractor/trader and inspection certificate shall be insisted upon.

16.19.2 Fabricated items which are to be supplied by the contractor are to be


checked thoroughly with the drawings regarding quality of the materials,
gauge dimensions, etc. as per the schedule. Wherever any material is
17

received from field/contractor, the detailed nomenclature shall be entered in


the DMTR. In case of equipment, the details of manufacturer’s name, year of
manufacture, RDSO Test Certificate No., Serial No., Contractor’s name and
Agreement No. and place of installation shall be mentioned both in the DMTR
and the ledgers.

16.19.3 Materials are normally to be delivered at designated Stores by the


contractor. If they are delivered at site due to logistics/exigencies, the
supervisor/officer receiving such materials (after verification of due inspection)
shall arrange for necessary entries in the designated Stores’ DMTR within a
week.

16.19.4 Issue of materials to the contractor:

Whenever any material is issued to the contractor for carrying out a work, the
particulars are to be entered in the DMTR.

16.20 INSPECTION OF WORKS:

16.20.1The Engineer or his representative may inspect and test the various portions
of the work at all stages and shall have full power to reject all or any portion of
the work that he may consider to be defective or inferior in quality of materials
workmanship or design in comparison to what is called for in the specification.
In the event of rejection of any work already executed and not in accordance
with specification as in this tender and/or as determined by the Engineer or
which the Contractor has been apprised, the contractor shall carry out
alterations/ replacements to such works to the satisfaction of the Engineer for
which no additional expenses will be borne by the Railway.

16.20.2 The contractor shall submit detailed test procedure for each equipment, sub-
system and system as a whole to the Railways. The Railways shall discuss
with the contractor and modify the test procedure as may be required to
ensure that the requirements of tender specifications are complied. The
finalized test procedure shall, only, act as a broad guideline and Railway shall
be free to carry out any other tests that may be considered essential. The test
procedure shall give details of all equipment, test and measuring instruments
required to perform the tests which shall be provided by the contractor free of
cost.
17 ATTENDING TO DEFECTS:

The contractor shall rectify defects that may arise in the work executed for a
period of three months after completion of work, such defects being due to
bad workmanship on the part of the contractor or otherwise. Should any
dispute arise so as to correctness of the defect pointed out, the Engineer’s
decision in this regard is final and binding.

18 MAINTENANCE/GUARANTEE:

18.1 The contractor shall guarantee satisfactory working of the installation erected
by him for a period of twelve calendar months being from date of issue of
18

completion certificate as stated in Clause 47 of the General Conditions of the


Contract.

18.2 During this period, the contractor shall keep all materials, tools and other
requisite equipment readily available and shall carry out at his own expense
all modification, additions or substitutions that may be considered necessary
for satisfactory working of the contract work or equipments. Final decision in
respect of unsatisfactory working of the contract work or equipments or faulty
use of designs or workmanship, etc., shall rest with the Chief Signal &
Telecommunication Engineer (Proj/ Plg. & Proj), Southern Railway, Chennai-
600003 and the same shall be binding on the contractor.

18.3 During the aforesaid period of Guarantee, the contractor shall be liable at his
own cost for all repairs or replacements of any parts that may be found
defective in the contract work or equipment irrespective of whether any defect
arise as a result of faulty design, materials, workmanship, installation or
otherwise provided that such defective parts are not repairable at site are
promptly removed to the contractor’s works, for repairs if so replaced by him
by new ones in order to remove the defects at his own expenses. In case
minor repairs are carried out by the Railway at site, the cost of such repairs
plus departmental charges shall be borne by the contractor.

18.4 In support of this guarantee the contractor shall furnish a Bank Guarantee for
the value of Security deposit of the contract from a Nationalized Bank fully
indemnifying the Railway against all losses incurred by the Railway during the
guarantee period. If the security deposit is furnished in the form of Bank
Guarantee as prescribed in Clause 16 of the General Conditions of Contract,
the same Bank Guarantee shall be valid to cover not only the whole period of
supply and installation of the equipment on order but also to cover a period of
guarantee for twelve months from the date of issue of completion certificate.
If the security deposit is paid in cash or in the form of Government Securities,
the same shall be paid to the contractor after the expiration of the period of
maintenance as specified above and after the contractor furnished Bank
Guarantee for the value of Security Deposit of the contract amount to cover
the period of Guarantee for twelve months from the date of issue of
completion certificate.

19 INSPECTION OF MATERIALS:

19.1 Materials to be supplied by Contractor shall be of best quality and shall


conform to the relevant specifications, Designs and Drawings. The materials
shall be procured by the Contractor/s from manufacturers of repute or their
authorized dealers as approved by the Engineer-in-Charge.

19.2 The Contractor/s may be required to produce test certificate from the
Manufacturer, wherever called for by the Engineer-in-Charge.

19.3 The contractor should procure signalling/telecom items which appear in the
RDSO approved list normally from the Part I suppliers. The contractor shall
take prior approval of the Railways before placing orders on the firms. In
19

case, there are no firms in Part-I list. Prior approval of Railways should be
obtained before placing order on Part-II firms.

19.4 The items which are included in the list of RDSO approved suppliers
(Electrical Signalling items) shall be inspected by RDSO and Mechanical
Signalling items shall be inspected by RITES except petty items which shall
be inspected by representative of the Engineer-in-Charge. The RCC pipes
and Earth Electrodes, shall be inspected by RITES. In case the value of
Electrical sigg. items is less than Rs.One Lakh, the inspection shall be carried
out by RITES. In exceptional cases, the consignee inspection shall be carried
out by an Officer nominated by the Engineer-in-charge of the work. Even in
these cases, the materials shall be procured from RDSO approved sources.
19.5 The following critical items will continue to be inspected by RDSO irrespective
of its value:

(a) All types of signalling relays


(b) Block instruments
(c) Axle Counter equipments
(d) Signal machines
(e) Point machines
(f) Colour Light Signal transformers
(g) Electrical signal lamps
(h) Voltage stabilizers and other power supply equipment
(i) Electric key transmitter
(j) Fuse, Fuse block & Terminal blocks (PBT type)
(k) Electric Point and lock detector

19.6 All materials that are not covered under specification, designs and drawings of
RDSO, Railway Board, etc., will be procured by the Contractor from the
manufacturers of repute/their authorized dealers, after the approval of the
Engineer-in-charge.

19.7 Materials to be supplied by the contractor shall be put up for inspection of


Engineer or his representative for checking its quality/suitability before they
are finally used/installed by the Contractor and necessary inspection
certificate to be obtained. The Contractor shall therefore arrange to get the
material inspected in advance, preferably in bulk and not in piece-meal. The
Contractor shall give the Railway 10(Ten) days notice, when the materials are
ready for inspection.
19.8 The inspection charges levied by RDSO/RITES will be on contractor account.

19.9 All materials to be supplied by contractor should be offered by him/them for


RDSO’s/RITES inspection, well in time, so as not to delay the progress of
work at any stage at any of the stations in any way on this account.

19.10 If required, the Contractor shall provide at point of production, apparatus and
labour for making required tests under the supervision of the Railway. Tests
may be made either at point of production, on samples submitted or at the
destination.
20

20 FACILITIES FOR TEST & EXAMINATION:

The contractor shall provide, without any extra charges, all materials,
equipments, tools and labour of every kind which the RDSO/RITES or their
nominee may consider necessary for any tests and examinations which they or
their nominee shall require to be made on the contractor's premises and shall
pay all cost attendant there upon. The contractor shall also provide and deliver
free of charge at such places as the RDSO/RITES or their nominee may
nominate such materials as they or their nominee may require for the
independent testing organization. The cost of any such tests will be defrayed
by the Railways unless it is stated in the specification that it is to be paid by the
Contractor.

21 CERTIFICATE OF INSPECTION AND APPROVAL:

21.1 No stores will be considered ready for delivery until RDSO/RITES or their
inspecting officer nominated by them have certified in writing that the material
has been inspected and approved by them.
21.2 Facilities must be provided by the contractor to the Railway or their nominee
for inspection of the stores, equipments and structures at all stages of their
assembly, manufacture and fabrication.

22 INSURANCE:-

22.1 The contractor shall take out and keep in force a policy or policies of
insurance against all liabilities of the Contractor or the Railway at common law
or under any statute in respect of accidents to persons who shall be employed
by the Contractor in or about the site or the Contractor’s Office for the purpose
of carrying out the contract works on the site. The contractor shall take about
and keep in force a policy or policies of Insurance against all recognized risks
to their office accommodation and storage for which he is liable. Such
insurance shall in all respects be subject to the approval of the Railway.

22.2 The Contractor shall take out and keep in force a policy or policies or
insurance for all materials handed over to him irrespective of whether used up
in the portion of work already done or kept for use for the balance portion of
the work until such works are handed over to the Railway. For this purpose,
the works are deemed to have been handed over when final acceptance
certificate is issued by the Engineer after the completion of all the acceptance
test to be conducted on the works. The contractor shall not be liable for
losses/damages to the materials either used up in the portion of work done or
the materials kept for use at site, in consequence of mutiny or other similar
causes over which the contractor has no control and which cannot be insured.
Such losses or damages shall be the liability of the Railway.

22.3 The Contractor should, however, insure the stores brought to site, against
risks in consequence of war and invasion, as required under the Emergency
Risk (Good) Insurance Act in force.
22.4 The Contractor shall take out all insurance covers in connection with this
contract with the General Insurance Corporation of India.
21

23 TAXES – CENTRAL, STATE, LOCAL:-

23.1 This tender falls under Civil Works Contract / All other works contract which
attracts specific percentage of sales tax under the concerned act. Sales Tax
on the Works Contracts, as applicable in terms of the concerned state
Government Sales Tax Act, as amended from time to time shall be deducted
from the running bills of the e contractors for payment to the State
Government. The Railway administration will give a certificate towards the tax
deducted at source to enable them to file Sales Tax Return before the
concerned authorities. No refunds of Sales tax deducted at source will be
made by Railway. The Sales Tax elements that might have gone into prices
of various raw materials used by the contractor in the works concerned,
distinct from the Sales Tax deducted as above, will also not be reimbursed by
the Railway. The percentage of tax to be recovered shall be indicated by the
Bill Passing Units.

23.2 The tenderer should quote prices inclusive of Sales Tax, Octroi and all other
levies and duties imposed by the State and Central Governments and other
miscellaneous expenses unless otherwise authorized by the concerned State
Government Sales Tax Authorities.

23.3 No foreign exchange and/or import license will be released/provided to the


contractor in connection with this contract.

24 PRICE/WAGE ESCALATION CLAUSE:

Railway is not agreeable to any price/wage escalation clause.

25 SAFETY PROVISION FOR CARRYING OUT WORKS:-

PROTECTION TO WORKS:-

25.1 The contractor shall take all precautionary measures in order to ensure
protection of his own personnel moving about or working on the Railway
premises and shall have to conform to the rules and regulations of the
Southern Railways. While the work under the contract is in progress, if and
when, there is likely to be any danger to the persons employed by the
contractor due to running of traffic or while working on Railway premises, the
Contractor shall apply in writing to the Railway to provide flagmen or look-out
men for protection. The Railway will, however, decide as to whether it is
necessary to post such flagmen and look-out men for various types of works
and also the number of such men required to protect the contractor’s staff
working at site. The flagmen and look-out men will be Railway Servants and
no expenses on this account will be recovered from the contractor.

25.2 The contractor’s employees and workers shall not for any reason operate any
appliances or installations of the Railway concerning the Safety of train
movements, but they should whenever necessary notify to the appropriate
Railway staff who will then take necessary steps.
22

25.3 Suitable ladders for climbing the posts and slings for supporting men on the
post shall be used. Ropes as required shall be used for erection of the poles.
The size of the rope shall be adequate. The contractor shall take necessary
precautions for working near the power lines. If at any time the Railways find
the safety arrangements are inadequate or insufficient, the contractor shall
take immediate corrective action as directed by the Railway’s representative
at site. Any direction in the matter shall in no way absolve the contractor of his
sole responsibility to adopt safe working methods.

25.4 Necessary personal safety equipment as considered adequate by the


Engineer-in-charge should be kept available for the use of the persons
employed at the site and maintained in a condition suitable for immediate use
and the contractor should take adequate steps to ensure proper use of
equipment by those concerned.

25.5 No electrical apparatus which is liable to be a source of danger, used by the


operator shall remain electrically charged.

25.6 Suitable face masks should be supplied for use by the workers when paint is
applied in the form of spray.

25.7 BLASTING OF ROCKS:

Blasting of rocks for foundation work shall be done only after due notice is
given to the Railway’s time/s and dates for blasting operations agreed to by
the Railway. Blasting, if required to be done in vicinity of the track shall not be
undertaken until the Railway flagmen on duty, take necessary steps to protect
trains and the track, to be protected by the contractor against damage by
blasted rocks. The contractor shall follow detailed instructions which will be
issued to him regarding blasting operations in the vicinity of tracks.

25.8 SAFETY FOR PASSENGER WHILE WORKING BY CONTRACTOR IN


STATION LIMITS:

While working within station limits especially on passenger platforms, the


contractor shall ensure that at all times sufficient space is left for free
movement of passenger traffic. He must cover and or barricade the
excavations carried out in such areas and continue to maintain these, till the
work is completed with a view to avoid any accident of public or to a Railway
staff.

25.9 AVOIDING INFRINGEMENT OF INDIAN RAILWAY ACT:

The works must be carried out most carefully without any infringement of the
Indian Railway Act or the General and subsidiary rules in force on the
Railway, in such a way that they do not hinder Railway operation nor affect
the proper functioning of or damage any Railway equipment, structure or
rolling stock except as agreed to by the Railway, provided that all damage and
disfiguration caused by the contractor to any Railway or Public properly must
23

be made good by the contractor at his own expenses failing which cost of
such repairs shall be recovered from the contractor.

25.10 RECOVERY OF COST OF SAFETY OF TRACK AFFECTED:

If safety of track etc., is affected, as a consequence of works undertaken by


the contractor, the contractor shall take immediate steps to restore normal
conditions. In case of delay the Railway shall, after giving due notice to the
contractor, in writing take necessary steps and recover the cost from the
contractor.

25.11 No work on the points, track circuits, equipments involving working signalling
gears, internal wiring, cable termination, etc., should be done unless and until
contractor’s technical supervisors are present at site.

26.0 CONTRACTOR’S DRAWINGS:

26.1 Any work done by the contractor prior to the approval of the contractor’s
drawings will be done at the risk of the contractor unless previously authorized
in writing by the Railway.

26.2 The tenderer shall be responsible for the correctness of the drawings
furnished by him. The contractor shall carryout any alterations of the
works due to any discrepancies, errors or omissions in the drawings or
other particulars, submitted by him. Any approval given by the Railway for
this purpose shall in no way absolve the tenderer from full responsibility for
the execution of the contract in all respects.

26.3 After the contract is awarded, the contractor shall furnish to the
Railway as required, prints of contractor’s drawings that form an
essential part thereof. No change shall be made in any approved drawings
without the written consent of the Railways.

26.4 After completion of the execution of the contracts, the contractor shall submit
to the Railway all corrected R.P. Film of drawings furnished by him and eight
sets of copies of final drawings for each stations.

26.5 Not withstanding the fact the Railway might have approved or the contractor’s
design, drawings and specifications the contractor is responsible for the
correctness of the entire scheme as a whole and its satisfactory performance
to the specifications as laid down by the Railway. The Railway’s
responsibility is only for the correctness of the signalling plans.

26.6 In the event of any breach of the aforesaid conditions, the contractor shall in
addition to throwing himself open to action for contravention of terms of the
agreement and or for original breach of trust, be liable to account to
Government for all moneys, advances or profits resulting or which in the
usual course would have resulted by reason of such breach.
24

27 SITE FACILITIES:

27.1 The quoted rates would be deemed to include charges for any and all site
facilities that are considered necessary for the execution of the work unless
otherwise indicated in the contract. In this connection specific attention is
drawn to stipulation in clause 6 of the General Conditions of the Contract and
intending tenderer are advised to acquaint themselves well with site
conditions.

27.2 The land that can be made available by the Railway free of charge for the use
of the contractor or his field office, stacking yard, stores depot and workshops
may be ascertained by inspection at site. No assurances can be given
regarding the vulnerability of such land to flooding during high floods. The
Railways undertakes no responsibility or liability in this regard.

27.3 Land required for contractor’s labour camps, staff colony or for any purposes
other than those mentioned in ParaNo.27.2 will have to be arranged by the
contractor at his own cost.

28 STORAGE OF PETROLEUM:

No petroleum, spirit within the meaning of the Indian petroleum Act shall be
stored at site or adjacent land until the approval of the Railway and
necessary license under the Act has been obtained by the contractor.

29 SERVICE ROADS:

The contractor will be permitted to make use of existing service roads free of
cost. New Service roads required by the Contractor in connection with the
work whether within or outside Railway Land for carriage of materials or for
other purpose whatsoever, will have to be constructed and maintained by the
contractor at his own cost. For the purpose of construction of service roads on
Railway land, permission will be given to the contractor at Railway’s discretion
free of any charges. If any land other than Railway’s land is necessary to be
acquired or entered upon for the purpose, then such land acquisition or
permission to enter upon the land will have to be arranged for by the
contractor at his own cost. The contractor will indemnify the Railway against
claims for any damages whatsoever on this account. Railway however,
reserves the right to make use of such serviceable roads without any charges.

30 ROYALTIES AND PATENT RIGHTS:-

The Contractor shall defray the cost of all royalties, fees and other payments
in respect of patents, patent rights and licenses which may be payable to
patentee, licensee or other person or corporation and shall obtain all
necessary licenses. In case of any breach (whether willfully or inadvertently)
by the contractor on this provision, the contractor shall indemnify the Railway
and their office servants, representatives, against all claims, proceedings,
damages, cost, charges, expenses, loss and liability which they or any of
25

them may sustain, incur or be put to by reasons or in subsequence directly or


indirectly or any such breach and against payment of any royalties, damages
or other money which the Railway may have to make to any person or holder
entitled to patent right in respect of the users of any machine, instrument,
process, article or things constructed, manufactured, supplied or delivered by
the contractor or to his order under this contract.

31 COMPLETION PERIOD: - Indicated in Vol.I

32 NIGHT WORK:-

The provision in clause 23 of the General Conditions of the contract should be


noted regarding execution of work between sunset and sunrise. If the Railway
is however, satisfied that the work is not likely to be completed in time except
by resorting to night work by special order, the contractor would be required to
carryout the work even at night, without conferring any right on the contractor
for claiming compensation.

33 PAYMENTS:-

33.1 The Contractor shall be entitled to be paid from time to time by way of `On
Account' payment as per clause 46(i) of General Conditions of Contract. The
“ON ACCOUNT” Payment shall not exceed 95% of the total on account
payment due to the contractor on the rates indicated in the Schedules. For
this purpose, the payment to the contractor at each on account stage shall be
restricted to 95% of the amount calculated on the basis of rates indicated in
the Schedules.

33.2 Such ‘On Account” payments will be made for each item of schedule at each
station as per the accepted schedule of rates provided that such works are
completed in all respects to the satisfaction of the Engineer except for such
items of schedules which involve only supply of materials for which payment
shall be made at 90% of the rates of the schedules provided an indemnity
bond is executed by the Contractor duly indemnifying the Railways against all
damages, costs, charges, expenses, loss and liability, which the Railways
may sustain, incur or be put to by reasons or in subsequence directly or
indirectly due to the Contractor not fulfilling the portion of the Contract
involving the installation, testing and commissioning of the items supplied by
the Contractor. The supply of the material will be deemed to have been
completed only on physical receipt of the material by the Railways'
representative duly inspected by the authorized Inspecting agency as
stipulated in clause 19. The balance 5% payment will be released after
installation and testing of the equipment.

33.3 On account payment in respect of other than supply items shall not exceed
95% of the total payment due to the Contractor on each On account bill, of the
rates indicated in the Schedule of work. For this purpose, the payment to the
Contractor at each On account stage shall be restricted to 90% of the amount
calculated on the basis of the rates indicated in the Schedule of work. The
26

balance 5% payment shall be made after submission of all `As-made'


documents of the relevant Schedules.

33.4 ‘On Account’ payment in respect of items involving supply and installation,
70% of the accepted rate for the schedule item will be paid on complete
supply of the equipments listed in the schedule after due inspection, against
production of indemnity bond and other formalities as applicable to other
supply items in the schedule. The remaining 25% payment will be released
only after successful installation and testing of the equipment.

33.5 FINAL PAYMENT:

On the basis of completion certificate issued by the Engineer for all the works
in all the sections covered in this contract, the final bill for the balance
payment for each item/sub-item of work shall be submitted by the Contractor
along with a clear “NO CLAIM CERTIFICATE’. The completion certificate
shall be issued by the Engineer only when he has accepted the work wholly
after conducting the acceptance tests on each item of work.

34 DEDUCTION OF INCOME TAX - TAX AT SOURCE:-

Income tax and surcharge, if any, as notified y the Income Tax department will
be deducted at source from each bill, unless otherwise authorized by Income
Tax Department.

35 INCOME TAX CLEARANCE CERTIFICATE:

The Tender must be accompanied by an authentic and current valid ITCC. If


for any reasons, the tenderer/contractor is unable to submit the ITCC along
with the tender, he shall clearly understand that no payment will be released
to him even if tender is accepted in his favour till such time he produces the
current ITCC. Till such time, he shall neither claim any payment nor will the
Railway make him any payments. The intention is that no payments will be
released without a current ITCC during the entire period of Contract unless so
authorized by the Income Tax authorities.

36 LABOUR LICENCE:

36.1 The Contractors are required to produce licence as enjoined in the


Government of India Contractor labour (Regulation and Abolition) Act, 1978.
They shall not be allowed to undertake or execute any work through contract
labour except under and in accordance with a licence issued under the said
act in that behalf by the authorized Licencing Officer.

36.2 In terms of Child Labour (Prohibition & Regulation) Act 1986, any child below
the age of 14 should not be engaged for the work by the contractor.
27

37 SITE CLEARANCE:

At the end of the work in each section the contractor shall as a part of his
contractual obligation leave the area completely cleared of rubbish and
obstructions of all kinds according to the instructions of the Railway’s
representative. Besides, he shall take all necessary steps in the course of the
execution of work to avoid the presence of loose earth and ballast on
platforms, in drains, on the track formation and pathways in the vicinity. If
within a fortnight of completion of the particular item of site work the refuge is
not cleared the Railway will arrange to get them moved at the cost of the
contractor. However, before the Railway actually gets the site cleared.
Intimation in writing shall be sent to the contractor.

38 FORCE MAJEURE CLAUSE:

If at any time, during the continuance of this Contract, the performance, in


whole or part, by either party, of any obligation under this contract shall be
prevented or delayed by reason of any war, hostility, act of the public enemy,
Civil Commotion, Sabotage, Fires, Floods, Earth quakes, explosions, strikes,
epidemics, quarantine, restrictions lockouts, any statute, statutory rules,
regulations, order of requisitions issued by any Government Department or
Competent Authority or acts of God (here-in-after referred to as event) then
provided notice of the happening of any such event is given by either party to
the other within twenty one days from the date of occurrence thereof neither
party shall by reason of such even be entitled to terminate this Contract nor
shall either party have any claim for damage against the other in respect of
such non- performance or delay in performance, and the obligations under the
Contract shall be resumed as soon as practicable after such event has come
to an end or ceased to exist, PROVIDED FURTHER that if the performance in
whole or part of any obligation under this Contract is prevented or delayed by
reason of any such event beyond a period as mutually agreed to by the
Railways and the Contractor after any event or 60 days in the absence of
such an agreement whichever is more, either party may at its option terminate
the Contract provided also that if the contract is so terminated under this
clause the Railways may at the time of such termination take over from the
Contractor at prices as provided for in the contract, all works executed or
works under execution.
39 SETTLEMENT OF DISPUTE AND ARBITRATION:

Arbitration in this tender will be governed by the Arbitration and Reconciliation


Ordinance 1996, laid down in Para 63 & 64 of General Conditions of Contract.

39.1 MATTERS FINALLY DETERMINED BY THE RAILWAY:

All disputes or differences of any kind whatsoever arising out of or in


connection with the contract, whether during the progress of the works or after
its completion and whether before or after the determination of the contract,
shall be referred by the contractor to the Railway and the Railway shall
within 120 days after receipt of the contractor’s representation make and
notify decisions on all matters referred to by the contractor in writing provided
28

that matters for which provision has been made in clauses 8(a), 18, 22(5), 39,
43(2), 45(a), 55, 55-A(5), 57, 57A, 61(1), 61(2) and 62(1)(b) of the General
conditions of the contract or in any clause of the Special Conditions of
Contract shall be deemed as “excepted matters” and decisions of the Railway
authority thereon shall be final and binding. on the contractor provided further
that `excepted matters’ shall stand specifically excluded from the purview of
the arbitration clause and not be referred to arbitration.

39.2 DEMAND FOR ARBITRATION:

(i) In the event of any dispute or difference between the parties hereto as to the
construction or operation of this contract, or the respective rights and liabilities
of the parties on any matter in question, dispute or difference on any account
or as to the withholding by the Railway of any certificate to which the
contractor may claim to be entitled to, or if the Railway fails to make a
decision within 120 days, then and in any such case, but except in any of the
“excepted matters" referred to in clause 63 of these conditions, the contractor,
after 120 days but within 180 days of his presenting his final claim on disputed
matters, shall demand in writing that the dispute or difference be referred to
arbitration.

(ii) The demand for arbitration shall specify the matters which are in question or
subject of the dispute or difference as also the amount of claim item-wise.
Only such dispute(s) or difference(s) in respect of which the demand has
been made together with counter claims or set off shall be referred to
arbitration and other matters shall not be included in the reference.
(ii)(a) The Arbitration proceedings shall be assumed to have commenced from the
day, a written and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims
along with all relevant documents and the relief or remedy sought against
each claim within a period of 30 days from the date of appointment of the
Arbitration Tribunal.

(c) The railway shall submit its defence statement and counter claim(s), if any,
within a period of 60 days of receipt of copy of claims from Tribunal thereafter,
unless otherwise extension has been granted by Tribunal.

(iii) No new claim shall be added during proceedings by either party. However, a
party may amend or supplement the original claim or defence thereof during
the course of arbitration proceedings subject to acceptance by Tribunal
having due regard to the delay in making it.

(iv) If the Contractor(s) does/do not prefer his/their specific and final claims in
writing, within a period of 90 days of receiving the intimation from the
Government that the final bill is ready for payment, he/they will be deemed to
have waived his/their claim(s) and the Railway shall be discharged and
released of all liabilities under the contract in respect of these claims.
29

39.3 OBLIGATION DURING PENDANCY OF ARBITRATION:

Work under the contract shall, unless otherwise directed by the Engineer,
continue during the arbitration proceedings, and no payment due or payable
by the Railway shall be withheld on account of such proceedings, provided,
however, it shall be open for Arbitral Tribunal to consider and decide whether
or not such work should continue during arbitration proceedings.

39.4.1 In cases where the total value of all claims in question added together does
not exceed Rs.10,00,000/- (Rupees Ten Lakhs only), the Arbitral Tribunal
consist of a sole arbitrator who shall be either the General Manager or a
gazetted officer of Railway not below the grade of JA grade nominated by the
General Manager in that behalf. The sole arbitration shall be appointed within
60 days from the day when a written and valid demand for arbitration is
received by Railway.

39.4.2 In cases not covered by Clause 39.4.1, the Arbitral Tribunal shall consist of a
panel of three Gazetted Rly. Officers not below JA grade, as the arbitrators.
For this purpose, the Railway will send a panel of more than 3 names of
Gazetted railway Officers of one or more departments, of the Railway to the
contractor who will be asked to suggest to General Manager upto 2 names
out of the panel for an appointment as contractor’s nominee. The General
Manager shall appoint at least one out of them as the contractor’s nominee
and will, also simultaneously appoint the balance number of arbitrators either
from the panel or from outside the panel, duly indicating the ‘presiding
arbitrator’ from amongst the 3 arbitrators so appointed. While nominating the
arbitrators it will be necessary to ensure that one of them is from the Accounts
Department. An Officer of selection grade of the Accounts department shall
be considered of equal status to the officers in SA grade of other departments
of the Railways for the purpose of appointment of arbitrators.

39.4.3 If one or more of the arbitrations appointed as above refuses to act as


arbitrator, withdraws from his office as arbitrator, or vacates his/their
office/offices or is/are unable or unwilling to perform his functions as arbitrator
for any reason whatsoever or dies or in the opinion of the General manager
fails to act without undue delay, the General Manager shall appoint new
arbitrator/arbitrators to act in his/their place in the same manner in which the
earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal
may, at its discretion, proceed with the reference from the stage at which it is
left by the previous arbitrator(s).

39.4.4 The arbitral Tribunal shall have power to call for such evidence by way of
affidavit or otherwise as the Arbitral Tribunal shall think proper, and it shall be
the duty of the parties hereto to do or cause to be done all such things as be
necessary to enable the Arbitral Tribunal to make the award without any
delay.

39.4.5 While appointing arbitrator(s) under sub-clause 39.4.1, 39.4.2 and 39.4.3
above, due care shall be taken that he/they is/are not the one/these who had
an opportunity to deal with the matters to which the contract relates or who in
30

the course of his/their duties as Railway Servant(s) expressed views on all or


any of the matters under dispute or differences. The proceedings of the
Arbitral Tribunal or the award made by such Tribunal will, however, not be
invalid merely for the reason that one or more arbitrator had, in the course of
his service, opportunity to deal with the matters to which the contract relates
or who in the course of his/their duties expressed views on all or any of the
matters under dispute.

39.4.6 The arbitral award shall state intenwise, the sum and reasons upon which it is
based.

39.4.7 A party may apply for corrections of any computational errors, any
typographical or clerical errors or any other error of similar nature occurring in
the award and interpretation of a specific point of award to tribunal within 30
days of receipt of the award.

39.4.8 A party may apply to tribunal within 30 days of receipt of award to make an
additional award as to claims presented in the arbitral proceedings but omitted
from the arbitral award.

39.5 In case of the Tribunal, comprising of three Members, any ruling of award
shall be made by a majority of Members of Tribunal. In the absence of such a
majority, the views of the presiding Arbitrator shall prevail.

39.6 Where the arbitral award is for the payment of money, no interest shall be
payable on whole or any part of the money for any period till the date on
which the award is made.

39.7 The cost of arbitration shall be borne by the respective parties. The cost shall
inter-alia include for the arbitrator(s) as per the rates fixed by the Railway
Administration from time to time.

39.8 Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996
and the rules thereunder and any statutory modification thereof shall apply to
the arbitration proceedings under this clause.

___________________
31

CHAPTER –II
Southern Railway
Schedule of rates 2011
Signal and telecommunication department
Rate
SOR No. Description of work Unit
Rs. P.
10_101 Excavation of cable trench in all kinds of soil except Mtrs 34.65
hard rocky areas including clearing of roots of trees,
rocks, bushes etc. to a depth of 1.0 Mtrs and to a
width of 0.3 Mtrs. Laying of cables is not included in
this schedule.
10_102 Excavation of cable trench in all kinds of soil except Mtrs. 42.98
hard rocky areas including clearing of roots of trees,
rocks, bushes etc. to a depth of 1.0 Mtrs and to a
width of 0.5 Mtrs. Laying of cables is not included in
this schedule.
10_103 Excavation of cable trench in all kinds of soil except Mtrs.
hard rocky areas including clearing of roots of trees, 86.02
rocks, bushes etc. to a depth of 1.65 Mtrs and to a
width of 0.3 Mtrs. Laying of cables is not included in
this schedule.
10_104 Removing/breaking of existing RCC slabs on the Mtrs. 169.95
Passenger Platform, trenching to a depth of 0.6m to
accommodate the additional cables, replacing the
slabs removed after the cables are laid and
replastering with cement mortar, refilling the trench by
ramming and consolidating it as per the instructions of
Railway Representatives at site. (Laying of cables is
not included in this schedule).

[Cement, river sand and all other miscellaneous


materials required for the work shall be supplied by
the Contractor].
10_105 Excavation of trench along route of existing cable Mtrs. 116.70
duct, opening the slabs to accommodate additional
cable laying, REPOSITIONING the slabs removed
after the cables are laid and PLASTERING with
cement mortar, and refilling the trench by ramming
and consolidating it as per the instructions of Railway
Representatives at site.
(Laying of cables is not included in this schedule.)

[Cement, river sand and all other miscellaneous


materials required for the work shall be supplied by
the Contractor].
10_106 Excavation of trench to a depth of 1 Mtr. for track Mtrs. 208.35
crossing of cables, laying of DWC/ RCC pipes with
collar/coupling, refilling of trench by ramming and
32

consolidating it as per the instructions of Railway


representative at site. During excavation of trench it
has to be ensured that the excavated soil does not mix
with the ballast available. The depth of 1m trench shall
be from the bottom of sleepers for track crossings.
Laying of cables is not included in this schedule.

(Supply of DWC/RCC pipes with couplers/ collars is


not included in this schedule).
10_107 Excavation of trench to a depth of 1 Mtr. for road Mtrs. 270.83
crossing of cables, laying of DWC/ RCC pipes with
collar/ coupling, refilling of trench by ramming and
consolidating it and resurfacing it to the original
position. Laying of cables is not included in this
schedule.
(Supply of DWC/RCC pipes with couplers/ collars is
not included in this schedule).
10_108 Provision of GI pipes (50/100mm dia) for cable laying Mtrs. 181.95
with offset at both ends and with couplings over RCC
Bridges/ Drainage/ Culverts with concrete masonry
supports of size 300mm x 300 mm x 300 mm at an
interval of 2m. The ends of the pipes shall be closed
with brick masonry abutments work so that no cable is
exposed, The work shall be carried out as per the
instructions of Railway representative at site.

(Supply of GI pipes with couplings and laying of cables


is not included in this schedule).

[Stone jelly of size 20/25mm, bricks, sand, cement and


all other miscellaneous materials required for the work
shall be supplied by the Contractor].
10_109 Provision of GI pipes-(50/100mm dia) for cable laying Mtrs. 215.25
with offset at both ends and with couplings over girder
bridges by fixing on suitable MS Clamps at an interval
of 2 Mtrs. The ends of the pipes shall be closed with
brick masonry abutments work so that no cable is
exposed, The work shall be carried out as per the
instructions of Railway representative at site.
(Supply of GI pipes with couplings and laying of
cables is not included in this schedule).
[MS angles, flats, bolts and nuts for manufacturing
fixing clamps, bricks, river sand , cement and all other
miscellaneous required for the work shall be supplied
by the Contractor].
10_110 Provision of GI pipes (50/100mm dia) for cable laying Mtrs. 168.08
in hard rocky area with off sets at both ends duly
supported by concrete blocks of size 300mm x 300
mm x 300 mm at an interval of 2m. The ends of the
pipes shall be closed with brick masonry abutments
33

work so that no cable is exposed, The work shall be


carried out as per the instructions of Railway
representative at site. (Supply of GI pipes with
couplings and laying of cables is not included in this
schedule).

[Stone jelly of size 20/25mm, bricks, sand, cement and


all other miscellaneous materials required for the work
shall be supplied by the Contractor].
10_111 Laying of signaling/power/telecommunication cables Mtrs. 9.83
as per cable plan in cable trenches, masonry ducts,
RCC Pipes, DWC pipes, GI Pipes etc.
(Supply of cables is not included in this schedule).
10_112 Placing of one layer of country bricks of size Mtrs. 23.92
approximately 220mm x 100mm x 60mm lengthwise
vertically in the trench.

[Country bricks of size 220mm x 100mm x 60mm


(approximately) shall be supplied by the Contractor].
10_113 Placing of one row of country bricks of size Mtrs. 48.76
approximately 220mm x 100mm x 60mm breadth wise
horizontally above the cables in 0.3m width trench.

[Country bricks of size 220mm x 100mm x 60 mm


(approximately) shall be supplied by the Contractor].
10_114 Placing of two rows of country bricks of size Mtrs. 93.03
approximately 220mm x 100mm x 60mm breadth wise
horizontally above the cables in 0.5mtr width trench.

[Country bricks of size 220mm x 100mm x 60mm


(approximately) shall be supplied by the Contractor].
10_115 Refilling of cable trench 1m depth by 0.3m width Mtrs. 8.33
throughout, with earth after laying of cables, and
consolidating the trench by ramming and leveling.
10_116 Refilling of cable trench 1m depth by 0.5m width Mtrs. 10.43
throughout, with earth after laying of cables, and
consolidating the trench by ramming and leveling.
10_117 Refilling of cable trench 1.65m depth by 0.3m width Mtrs. 12.48
throughout, with earth after laying of cables, and
consolidating the trench by ramming and leveling.
10_118 Supply of RCC cable markers as per drawing Nos. 166.29
No.CSTE/CN/OFC/1. The lettering on the cable
marker shall be "SIG" / "TELE" / "OFC" as per the
instructions of Railway representative at site.
10_119 Digging of pit to a depth of 800mm of size Nos. 121.43
300mmX300mm, casting of concrete foundation of
size 300mmX300mmX300mm and Placing of RCC
cable markers on top of the foundation and refilling the
pit and consolidating it by ramming. The cable markers
shall be provided at an interval of 20 Mtrs. within
34

station limits and 50 Mtrs. outside station limits


throughout the cable route, diversions and also at
every track/road crossing.
10_120 Excavation of cable coil pit to a size of 1.5mx1.5m and cum 513.00
depth as instructed by Railway representative at site,
for coiling the cables in rear of relay rooms/ AFTC
huts, apparatus cases etc. The work includes coiling
the underground cables, and placing closely one layer
of country bricks of size approx. 220mm x 100mm x
60mm breadth wise above the cables to cover all the
cables in the cable pit, closing and consolidating the
pit by ramming and leveling.

[Country bricks of size 220mmx100mmx60mm


(approximately) shall be supplied by the Contractor].
10_121 Supply of Double walled corrugated pipe - 103.5mm Mtrs. 263.20
inner dia & 120mm outer dia conforming to
specification No. IS 14930(Part 2): 2001 with one
coupler for every 6m of pipe as specified in Vol.II of
the Tender document.
10_122 Supply of GI pipes - 50mm dia -3.65mm thick as Mtrs. 343.20
specified in Vol.II of the Tender document.
10_123 Supply of GI pipes - 100mm dia-4.5mm thick as Mtrs. 838.80
specified in Vol.II of the Tender document
10_124 Supply of GI pipes - 150mm dia-4.8mm thick as Mtrs. 1273.50
specified in Vol.II of the Tender document
10_201 Excavation of pit, casting concrete foundation and Nos. 9875.30
erection of apparatus case full size as per Drg.
No.SG/CN/02/6 and fixing of 2 Nos. of 'E' type locks,
one for the front door and another for the back door,
fixing of one hard wood shelf plank 37mm thick and
painting the apparatus case inside and outside with
one coat of red-oxide and two coats of aluminium
paints.
(Supply of apparatus case is not included in this
schedule).
[Foundation bolts & nuts, 'E' type locks, cement, river
sand, stone jelly of size 20/25 mm, hardwood plank of
37mm thick, paints, varnish, fixing bolts & nuts and all
other miscellaneous materials required for the work
shall be supplied by the Contractor.]
10_202 Excavation of pit, casting concrete foundation and Nos. 6966.60
erection of apparatus case half size as per Drg,
No.SG/CN/02/7, fixing one 'E' type lock for the front
door and latching arrangement for the back door, and
fixing of one hardwood shelf plank 37mm thick and
painting the apparatus case inside and outside with
one coat of red-oxide and two coats of aluminium
paints.
35

(Supply of apparatus case is not included in this


schedule).

[Foundation bolts and nuts, cement, 'E' type locks,


river sand, stone jelly of size 20/25mm, 37mm hard
wood planks, latching arrangements, paints, varnish,
fixing bolts & nuts and all other miscellaneous
materials required for the work shall be supplied by the
Contractor]
10_203 Excavation of pit, casting concrete foundation and Nos. 6249.20
erection of apparatus case Quarter size as per Drg.
No.SG/CN/02/8 and fixing of one hardwood base
plank 37mm thick, provision of one EWS lock, and
painting the apparatus case inside and outside with
one coat of red-oxide and two coats of aluminium
paints.

(Supply of apparatus case is not included in this


schedule).

[Foundation bolts and nuts, cement, river, sand, stone


jelly of size 20/25mm, 37mm hard wood planks, EWS
locks, paints, varnish, fixing bolts and nuts and all
other miscellaneous materials required for the work
shall be supplied by the Contractor]
10_204 Excavation of pit, erection of cable termination boxes Nos. 3394.50
on rails and concreting as per Drg. No.SG/CN/02/8,
drilling of suitable holes in the box, fixing of 2 Nos. of
GI pipes 32mm dia and 300mm long at the bottom
with clamp nuts - 12 mm thick, one at the inner side
and another at the outer side for each pipe for cable
throughing, fixing of hardwood plank 37mm thick on
the bottom, provision of one EWS lock, and painting
the boxes inside and outside with one coat of red-
oxide and two coats of aluminium paints.

(Supply of CT boxes is not covered in this schedule.


Rails of different length shall be supplied by Railways.
The contractor shall cut lengthy rails wherever
required.)

[Cement, river sand, stone jelly of size 20/25mm,


paint, varnish , GI Pipes 32mm dia with clamp nuts -
12mm thick - 2 Nos. for each pipe, fixing bolts and
nuts with washers, EWS locks, paints and all other
miscellaneous materials shall be supplied by the
Contractor].
36

10_205 Excavation of pit, erection of cable termination boxes Nos. 3411.00


on rails and concreting as per Drg. No.SG/CN/02/8,
drilling of suitable holes in the box, fixing of 2 Nos. of
GI pipes 32mm dia and 300mm long at the bottom
with clamp nuts - 12 mm thick, one at the inner side
and another at the outer side for each pipe for cable
entry and one GI pipe 150mm long 32mm dia for
drawal of jumper wires for Point machines etc., fixing
of hardwood plank 37mm thick on the bottom,
provision of one EWS lock, and painting the boxes
inside and outside with one coat of red-oxide and two
coats of aluminium paints.

(Supply of CT boxes is not covered in this schedule.


Rails of different length shall be supplied by Railways.
The contractor shall cut lengthy rails wherever
required.)

[Cement, river sand, stone jelly of size 20/25mm,


paint, varnish , GI Pipes 32mm dia - 300mm long - 2
No’s and 150mm long - 1 No., clamp nuts - 12mm
thick - 2 Nos. for each pipe, fixing bolts and nuts with
washers, EWS locks, paints and all other
miscellaneous materials shall be supplied by the
Contractor].
10_206 Fabrication and erection of rail staging, Nos. 13898.35
concreting, construction of stock brick, masonry
support, supply and provision of concrete slabs 3 Nos.
of size 300mm x 1700mm x 80mm for platform on
stage support for erecting apparatus case full size on
embankment and casting concrete foundation and
erection of apparatus case full size over the
compacted earth and masonry , fixing 2 Nos. of 'E'
type locks, one for the front door and another for the
back door, supply and fixing of one hardwood shelf
plank of 37mm thick and painting the boxes inside and
outside with one coat of red-oxide and two coats of
aluminium paints.

(Supply of apparatus case is not included in this


schedule. Rails of different lengths will be supplied by
Railway and the Contractor has to cut the rails to
required lengths).

[Cement river sand, jelly of size 20/25 mm, stock


bricks, MS base plates, fixing bolts and nuts,
fabricating materials, MS Clamps for fixing rails, MS
rods for reinforcement of slabs, hardwood plank 37mm
thick, 'E' type locks, paints and varnish and all
37

miscellaneous materials required for the work shall be


supplied by the Contractor].
10_207 Fabrication and erection of rail staging, Nos. 10060.60
concreting, construction of stock brick, masonry
support, supply and provision of concrete slabs for
platform, 3 Nos. of size 300mm x 1000mm x 80mm for
platform stage support for apparatus case half size on
embankment and casting concrete foundation and
erection of apparatus case half size over the
compacted earth and masonry work , fixing 1 No. of 'E'
type locks, for the front door and the latching
arrangements for the back door and fixing one H.W
shelf plank of 37mm thick and painting the boxes
inside and outside with one coat of red-oxide and two
coats of aluminium paints.

(Supply of apparatus case is not included in this


schedule. Rails of different lengths will be supplied by
Railway and the Contractor has to cut the rails to
required lengths).
[‘E’ type locks, foundation bolts, Cement river sand,
stone jelly of size 20/25 mm, stock bricks, MS base
plates, fixing bolts and nuts, fabricating materials, MS
Clamps for fixing rails, MS rods for reinforcement of
slabs, hardwood plank 37mm thick, paints, varnish
and all other miscellaneous materials required for the
work shall be supplied by the Contractor].
10_208 Excavation of pit in and around the existing location
boxes very carefully without damaging the working
cables and shifting and turning the location boxes to
clear of the infringement as instructed by the Railway
representative at site. The work includes ensuring the
safety of the signaling system, releasing the cable
coils to give access for shifting/turning the location
boxes. Necessary masonry work and earth work in
and around the location boxes to the required level
shall be done as instructed by the Railway
representative at site. If the existing earth connections
to the location boxes are disturbed, the earth wires
shall be properly re-connected.

[All materials required for the work shall be supplied by


the Contractor].
a. Shifting of apparatus case (full) Nos. 2895.00
b. Shifting of apparatus case (half) Nos. 1916.25
c. Shifting of apparatus case (Quarter) Nos. 1583.25
10_209 Termination of new main/tail cables on the existing Per 39.78
terminals/ fuse blocks in apparatus cases/ battery Termi-
boxes/ CT boxes/ cable termination racks as per nal
approved circuit diagram. The terminal particulars are Block
38

to be repainted /corrected on the doors of apparatus


cases/ battery boxes/ cable termination boxes and
FTOT index board as instructed by Railway
representative at site. This work includes closing the
opening created for entry of new cables in the
apparatus cases with masonry brick work and sealing
the bottom of the apparatus cases/ cable termination
racks with cable compound.

[Paints, wire PVC 3/0.75mm and 16/0.2mm copper,


sealing compound, bricks, cement, river sand and all
other required miscellaneous materials shall be
supplied by the contractor].
10_210 Termination of main, tail, Signaling and power cables
and internal wiring on terminal/ fuse blocks in new
apparatus cases, cable termination boxes and in gate
Lodges excluding cable termination rack at relay room.
The work includes fixing of all new cables by teakwood
clamp on teakwood base plank, fixing of Phynolic
synthetic industrial fibre base fine weave cotton fibre
board 6mm thick for terminal board to suit each
apparatus case, varnishing all teakwood items, fixing
of terminals/ fuse blocks on the terminal board, drilling
of necessary holes, termination of cables, wiring,
identification of cables using aluminium tags with
letters punched neatly, as per approved circuit
diagram and cable plan, painting of particulars on
sleeves and also on the inner side of the doors of
apparatus cases. After terminations are over, the side
openings of apparatus case foundation shall be closed
with brick work, cement plastered, the inter-space
filled with river sand up to base level and the bottom
surface shall be sealed with sealing compound.
(Supply of PBT terminals and Fuse blocks is not
covered in this schedule).

[Cement, teakwood cable clamp 50mm x 50mm, base


planks 100mm x 25mm, Phynolic synthetic industrial
fibre base fine weave cotton fibre sheet - 6mm thick to
IS specification 2036 - 1995 - Type F5, PVC/Nylon
sleeves, varnish, paints, bolts, nuts and washers, Non-
deteriorating type of fuses of various capacities,
Aluminium cable tags, sealing compound, country
bricks 220mm x 100mm x 60mm, copper bus bars,
brass screw, river sand, wire PVC3/0.75mm copper
and other miscellaneous materials shall be supplied by
the Contractor].
a. Termination on 25/60mm PBT terminals (new Per 93.16
location)(Phynolic sheet) Terminal
Block
39

b. Termination on PBT fuse block (new location) Per 113.56


(Phynolic sheet) Fuse
Block
10_211 Termination of main, tail, Signaling and power cables
and internal wiring by fixing additional terminals/ fuse
blocks on the existing terminal boards of apparatus
cases, cable termination boxes etc. The work includes
fixing of all new cables by teakwood clamp on
teakwood base plank, varnishing all teakwood items,
fixing of terminals/ fuse blocks, on the existing terminal
boards, drilling of necessary holes, termination of
cables, wiring, identification of cables using aluminium
tags with letters punched neatly, as per approved
circuit diagram and cable plan, painting of particulars
on sleeves and also on the inner side of the doors of
apparatus cases. After terminations are over, the side
openings of apparatus case foundation shall be closed
with brick work, cement plastered, the inter-space
filled with river sand up to base level and the bottom
surface shall be sealed with sealing compound.

(Supply of PBT terminals and Fuse blocks is not


covered in this schedule).

[Cement, teakwood cable clamp 50mm x 50mm, base


planks 100mm x 25mm, PVC/Nylon sleeves, varnish,
paints, bolts, nuts and washers, Non-deteriorating type
of fuses of various capacities, Aluminium cable tags,
sealing compound, country bricks 220mm x 100mm x
60mm, copper bus bars, brass screw, river sand, wire
PVC3/0.75mm copper and other miscellaneous
materials shall be supplied by the Contractor].
a. Termination of cables on 25/60mm PBT terminals Per Ter. 81.68
(existing location) Block
b. Termination of cables on PBT fuse block (existing Per 102.08
location) Fuse
Block
10_212 Manufacture and supply of M.S. relay frames of
suitable size to hold up to 4/ 8/ 12/ 20 relays /plug in
type HMU as required by Railways and fixing them in
apparatus cases for all types of signal control circuits,
LC gate control circuit and Point control circuits, fixing
of plug boards, relays, resistors and electrolytic
condensers on Phynolic synthetic industrial fibre base
fine weave cotton fibre sheet - 6mm thick to IS
specification 2036 - 1995 - Type F5, wiring and
termination as per approved circuit diagram and
painting the particulars.
40

(Supply of all types of relays, plug boards, connectors,


retaining clips and plug in type HMU is not covered in
this schedule).

[Wire PVC copper, 3/0.75mm and 16/0.2mm copper,


Phynolic synthetic industrial fibre base fine weave
cotton fibre sheet - 6mm thick to IS specification 2036
- 1995 - Type F5, for fixing resistors and condensers,
MS flats 25mm x 6mm brass bolts and nuts, paints,
soldering materials, resistors, condensers and all other
miscellaneous materials required for the work shall be
supplied by the contractor].
a. Wiring of Signal/ point/ LC control circuit (up to 4 Set 2673.25
relays/Plug in type HMU)
b. Wiring of Signal/ Point/ LC control circuit (up to 8 Set 4739.60
relays/plug in type HMU)
c. Wiring of Signal/ Point/ LC control circuit (up to 12 Set 6137.85
relays/plug in type HMU)
d. Wiring of Signal/ Point/ LC control circuit (up to 20 Set 7349.95
relays/Plug in type HMU)
10_213 Painting of existing apparatus cases without disturbing
the terminations and equipments inside. The work
involves scraping of old paint, applying one coat of
Red oxide and two coats of Aluminium paint on the
inside and outside the apparatus cases, and painting
of termination and equipment particulars on the doors
of the apparatus cases, as instructed by Railway
representative at site.
[Aluminium paint, red-oxide and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].
a. Painting of existing apparatus case - Full size Nos. 1278.75
b. Painting of existing apparatus case - Half size Nos. 1223.25
10_214 Fixing and wiring of platform repeaters. The work Nos. 3687.30
involves fixing of platform repeater using suitable fixing
arrangements at places indicated, wiring the same and
painting as per the instructions of Railway
representative at site. The signal shall be connected to
the apparatus case using cables neatly clamped. The
work also includes provision of one EWS lock.
(Laying of cable is not included in the scope of this
work.)
(Supply of repeater signals and cables is not included
in this schedule).

[Wire PVC 3/0.75mm copper, paint, EWS lock and all


other miscellaneous materials required for the work
shall be supplied by the Contractor].
10_215 Painting of existing colour light Signals as per Nos. 1320.00
standard practice. The work involves scraping of old
41

paint, applying one coat of Red oxide and two coats of


Aluminium/ enamel paint on the Signals - complete as
instructed by Railway representative at site.

[Aluminium paint, red-oxide and all other


miscellaneous materials required for the work shall be
supplied by the Contractor].
10_216 Alterations to painted termination/ wiring particulars of
functions in the existing apparatus cases, cable
termination boxes, etc., on the PVC/ nylon sleeves
and painting of new nomenclature on the existing
signaling gadgets. This work includes carrying out
alterations of particulars on the inner side of the doors
of apparatus cases, re-numbering of apparatus cases
and cable termination boxes.

[Paints and all other miscellaneous materials required


for the work shall be supplied by the Contractor].
a. Alteration to painting particulars (apparatus case - Nos. 884.85
Full size)
b. Alteration to painting particulars (apparatus case - Nos. 464.10
half size)
c. Alteration to painting particulars (apparatus case- Nos. 337.45
quarter size/ CT box)
10_217 Filling earth around location boxes/signal foundations cum 125.02
for a width of 0.5m on all sides, up to a level 150mm
below the foundation top. This work includes
consolidation of earth by watering and ramming. The
earth shall be taken from Railway premises as
instructed by Railway representative at site.
10_218 Excavation of pit, casting concrete foundation as per Nos. 5008.20
Drg.No.SG/CN/02/9 using metallic templates, for
erection of colour light signals up to 4 aspects.

[Foundation bolts, cement, river sand, stone jelly of


size 20/25mm dia and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
10_219 Erection of surface base, signal pole, mounting of Nos. 5501.20
colour light signal up to 4 aspects complete on Signal
pole/ Off-set bracket, (for LED/ filament bulbs) with
lenses, triple pole lamp holder, filament switching
units, CLS transformer, current regulators (whichever
is applicable), fixing of ladder with platform complete
and concreting of ladder shoe, fixing of number plates,
marker board, lens guard, fixing of speed limit board
wherever necessary, termination of tail cables, wiring
42

of signal unit with PVC wire 3/0.75mm copper,


provision of EWS locks, and painting of one coat of
red oxide and two coats of aluminium/ enamel paints.
When the aspect is fixed on Offset bracket using 'U'
bolts and nuts, a through bolt shall be provided by
drilling a hole in the signal pole to prevent the offset
bracket from sliding down.
(Supply of surface base, Offset bracket, CLS pole,
CLS aspects complete, ladder with shoes and
platform, Speed limit board, LED aspects, current
regulators, lamp holders, lamps, filament switching
unit and CLS transformer is not covered in this
schedule).

['U' bolts and nuts, through bolts and nuts, cement,


stone jelly 20/25mm dia, river sand, Signal Collar
Rings, wire PVC 3/0.75mm copper, lens-guard, all
fixing bolts and nuts, lead wool, paints PVC/Nylon
sleeves, enameled number plates. enameled marker
boards, EWS locks, and all other miscellaneous
materials for the work shall be supplied by the
Contractor].
10_220 Excavation of pit and casting concrete foundation as Nos. 2518.55
per Drg, No.SG/CN/02/10 using metallic templates, for
erection of ground type colour light shunt signal.

[Foundation bolts and nuts, cement, river sand, stone


jelly of size 20/25mm and all other miscellaneous
materials for the work shall be supplied by the
Contractor].
10_221 Erection of Ground type shunt signal complete Nos. 2097.00
including surface base, signal pole, LED aspects/
lenses, bulbs with holders (whichever is applicable),
fixing of lens guards, number plate, termination of tail
cables, wiring of signal unit with PVC wire 3/0.75mm
copper, provision of EWS locks and painting of one
coat of red oxide and two coats of Aluminium/ enamel
paint.

(Supply of Ground type shunt signal complete


including surface base, signal pole, LED aspects,
holder, bulbs, and lenses is not covered in this
schedule).

[Wire PVC 3/0.75mm copper, lens guards, EWS locks,


Enameled number plates, bolts and nuts, lead wool,
paints and all other miscellaneous materials shall be
supplied by the Contractor].
43

10_222 Fixing of Offset brackets using 'U' bolts and nuts, Nos. 1613.25
erection of Post type shunt Signals, termination of tail
cables and wiring using wire PVC 3/0.75mm copper,
provision of EWS lock and painting of one coat of red-
oxide and two coats of aluminium/ enameled paint.
The work also includes drilling suitable holes on the
CLS post and provision of a through bolt with nut to
prevent the Off-set bracket from slipping down.
(Supply of Post type Shunt Signals, LED aspects and
Off set brackets is not covered in this schedule).
['U' bolts and nuts, through bolts with nut, wire PVC
3/0.75mm copper, EWS lock, Enameled number
plates, wire mesh, PVC/Nylon sleeves, paints and all
other miscellaneous materials shall be supplied by the
contractor].
10_223 Fixing Multi lamp/ Stencil type route indicators -
complete, termination of tail cables, wiring as per
approved circuit diagram using wire PVC 3/0.75mm &
16/0.2mm copper, provision of EWS - required Nos.,
and painting.

(Supply of route indicators is not covered in this


schedule)

[Fixing bolts and nuts, EWS locks wires PVC


3/0.75mm & 16/0.2mm copper, wire mesh, PVC/Nylon
sleeves, paints and all other miscellaneous materials
shall be supplied by the Contractor].
a. Fixing and wiring of Multi lamp route indicator Nos. 2763.00
b. Fixing and wiring of Stencil type route indicator Nos. 2021.25
10_224 Fixing of junction type route indicators - 1 way to 6
ways - complete/ fixing of additional limb to the
existing route indicators, termination of tail cables,
wiring as per approved circuits diagram using wire
PVC 3/0.75mm copper, provision of required No of
EWS locks, wire mesh, and painting.

(Supply of junction type Route Indicators - complete


and additional limb is not covered in this schedule).

[3/0.75mm wire PVC, fixing bolts and nuts, EWS locks,


wire mesh, PVC/Nylon sleeves, paints and all other
miscellaneous materials shall be supplied by the
Contractor].
a. Fixing and wiring of direction type route indicator - 1 Nos. 1539.75
way
b. Fixing and wiring of direction type route indicator - 2 Nos. 1824.00
way
44

c. Fixing and wiring of direction type route indicator - 3 Nos. 2108.25


way
d. Fixing and wiring of direction type route indicator - 4 Nos. 3183.00
way
e. Fixing and wiring of direction type route indicator - 5 Nos. 3467.25
way
f. Fixing and wiring of direction type route indicator - 6 Nos. 3679.50
way
g. Fixing and wiring of additional limb to existing route Nos. 752.25
indicator
10_225 Fixing of Offset brackets using 'U' bolts and nuts, Nos. 1427.25
erection of Calling On Signals/ 'A' marker lights,
termination of tail cables and wiring using wire PVC
3/0.75mm copper, provision of EWS lock, number
plates/ marker boards and painting. The work also
includes drilling suitable holes on the CLS post and
provision of a through bolt with nut to prevent the Off-
set bracket from slipping down.

(Supply of Calling On Signal/ 'A' marker light, LED


aspects/holders & bulbs and Off set brackets is not
covered in this schedule).

['U' bolts and nuts, through bolts with nut, wire PVC
3/0.75mm copper, EWS lock, Enameled number
plates, wire mesh, PVC/Nylon sleeves, paints and all
other miscellaneous materials shall be supplied by the
contractor].
10_226 Releasing of existing tail cables and drawal of new Per 824.25
tail cables for colour light signals up to four aspects Cable
with or without route indicator, post type shunt signal
and Calling on signals, termination of new tail cables
and wiring using wire PVC 3/0.75mm copper. This
work includes drawal of new tail cables into the signal
post duly releasing the existing tail cables from the
relevant signals and re-surfacing the earth excavated
as instructed by Railway representative at site.

[Wire PVC 3/0.75mm copper, paints and all other


miscellaneous materials shall be supplied by the
Contractor].
10_227 Excavation of pit in and around the existing signals Nos. 2591.25
very carefully without causing damage to the working
cables and shifting the Signals along with the concrete
foundations for approximately 1m to a nearby position
so as to clear the infringement from the nearest track
centre as instructed by Railway representative at site.
The existing cable coils shall be released carefully so
as to give access for shifting. Necessary masonry
work and earth work shall be carried out in and around
45

the signals after shifting as instructed by Railway


representative at site.

[All materials required for the work shall be supplied by


the Contractor].
10_228 Removal of existing CLS units, fixing of new CLS units Nos. 5999.25
with LED aspects/ lamps, holders etc., up to four
aspects, directly or using off set brackets duly drilling
holes on the signal poles, provision of EWS locks
wherever necessary, termination of tail cables and
wiring using wire PVC3/0.75mm copper and painting
of aspect. The new tail cables shall be taken through
the signal poles and the unwanted cables duly
released.

(Supply of CLS unit with LED aspects/ lamps holders,


CLS transformers is not included in this schedule.)

[EWS locks, Wire PVC 3/0.75mm copper lenses


guard, wire netting arrangements, paints and all other
miscellaneous materials shall be supplied by the
Contractor].
10_229 Manufacture and supply of Enameled Number plates Nos. 339.00
as per drawing No.TY/08/2008 with fixing
arrangements and fixing them on the existing Signals
as per the instructions of Railway representative at
site.

[Enameled number plates with fixing arrangements


with bolts and nuts shall be supplied by the
Contractor].
10_230 Supply and provision of Screening arrangement for Nos. 1016.60
Signals in RE area as per standard practice. The work
comprises of providing MS angle frame and wire mesh
in order to avoid close proximity of OHE wires. The
work also includes provision of earthing wire using 4
SWG GI wires from the screening arrangement up to
surface base as per the instructions of Railway
representative at site.

[All materials required for this work shall be supplied


by the Contractor].
10_231 Provision of DC Single/ Double rail track circuit to suit
RE/ Non-RE areas as per approved signaling plan
using Plug-in type track relays. This work includes
provision of double bonding, and parallel jumpers,
provision of bond wire clips, provision of track lead
connections using 2c X 2.5 sq.mm cable, provision of
TLD boxes 2 Nos. at Relay end, 2 Nos. at Feed end
and 2 No’s for parallel jumpers as necessary to suit
46

layouts, for each Track Circuit, and termination of


jumpers and tail cables in track lead junction boxes,
installation of relays, track feed battery chargers to
charge up to 4 cells, track feed resistance, 'B' type
choke' and secondary cells - 80 AH capacity in
apparatus cases and wiring with wire PVC 3/0.75mm
copper. The work also includes painting of track
Circuit No. with Feed end/ Relay end details on the
TLD boxes. The work also includes provision of
insulations for gauge tie plates and nose crossing
plates wherever required.
(Provision of rail joint insulation is not covered in this
schedule.)
(Uninsulated gauge type plate and nose crossing plate
will be supplied by Railways. Supply of track feed
battery charger, 'B' type choke, track relays, un-
charged secondary cells (2V - 80AH), TLD boxes with
stumps, 2cX2.5 sq.mm cable, is not covered in this
schedule).

[track feed resistance, Gauge tie plate and nose


crossing plate insulations, PVC/Nylon bushes for TLD
boxes, PVC sleeves, all types of fixing bolts and nuts
with spring and flat washers, teakwood stand for fixing
track feed resistance, GI bond wire 8 SWG, Channel
bond pins, bond wire clips, paints and all other
miscellaneous materials shall be supplied by the
contractor. Secondary cells-80 AH capacity shall be
charged by the contractor through reputed charging
agencies].
a. Provision of track circuit in (point zone) Nos. 4818.65
b. Provision of track circuit in (other than point zone) Nos. 3862.40
10_232 Alteration to existing DC Track Circuits to suit RE/Non
RE standard as per approved signaling plan. This
work includes provision of double bonding and
parallel jumpers, provision of bond wire clips,
wherever required, shifting of relay end and feed end
equipments and re-wiring them, provision of track lead
connections wherever necessary using 2c x 2.5
sq.mm cable,
provision of TLD boxes and termination of jumpers
and tail cables in track lead junction boxes, shifting of
Track feed/Track relay set wherever required and
wiring with PVC 3/0.75mm copper wire.

(Supply of TLD boxes, 2c x 2.5 sq.mm cable and TLD


boxes with stumps is not covered in the schedule.
Existing Track relays, Track Feed Resistance, Track
feed battery chargers, `B' type Chokes and Charged
secondary Cells shall used for this work).
47

[Wire PVC 3/0.75mm, PVC/ Nylon bushes for TLD


boxes, PVC sleeves, all types of bolts and nuts with
spring and flat washers, teakwood stand for fixing
track feed resistance, GI bond wire 8 SWG,
Channel bond pins, bond wire clips, paints and all
other miscellaneous materials shall be supplied by
the Contractor].
a. Alteration to existing track circuits at feed end Nos. 2289.00
b. Alteration to existing track circuits at relay end Nos. 2127.00
10_233 Provision of Rail Joint Insulations. This work includes Set. 305.47
milling of fish plates, provision of rail joint insulation
with MS backing plates etc., and insulating the joints
as per Railway standard.

(Supply of Rail Joint insulations, unmilled fish plates,


fish bolts and nuts is not covered in this schedule).
10_234 Provision of earth electrodes as per drawing Nos. 1799.00
No.SG/SN/02/13 and earthing of metallic sheath and
armour of all cables in all apparatus cases, relay
room, equipment room, SM’s room for block and
control, and earthing of all equipments in apparatus
cases, power room, relay rack, cable termination rack,
control panel, signals, lever frames with MS flat 35mm
X 6mm/19c cable (MS flat for closer by areas and MS
flat/19c cable combination for farther areas) as per the
instructions of Railway representative at site. The
work includes painting of earth resistance value on the
earth pit.
(Supply of 19C cable is not covered in the scope of
this schedule).

[MS flat for earthing 35mm X 6mm, cement, GI earth


electrodes, common salt, charcoal, country bricks,
river sand, soldering materials and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].
10_235 Supply and provision of earth electrodes as per RDSO Nos. 31118.00
specification No.RDSO/SPN/TC/75/2008 with copper
base of size 1000mm X 1000 X 3mm, for
sophisticated signaling equipments. The work involves
digging of pit to a depth of 2.5m and placing of the
copper plate and connecting it to the signaling
equipments through copper strips 25mm X 3mm (2
No’s) by welding and taking it through to the wall of
the equipment room where it shall be connected to a
copper bus bar fixed on the wall. The work also
involves providing a perforated up to 2m HDPE pipe
75mm OD - 4mm thick, 2600mm long vertically at the
centre of the copper plate which shall be used for
48

watering. The work also involves back filling the pit by


a mixture of app 200kg of charcoal/ graphite and soil
free from sand, gravel and stone in the ratio of 6:1.
The pit shall be covered using an RCC slab 100mm
thick supported by an MS angle 50mmx50mmx3mm
and MS rods 6mm dia. The HDPE pipe shall be
covered using concrete enclosure with GI cover and
handle.

[Copper earth plate, copper strips, HDPE pipe,


charcoal, RCC slabs, MS angles and rods, and all
other miscellaneous materials required for the work
shall be supplied by the Contractor].
10_236 Installation of combined type point machine - IRS type Nos. 8856.15
and connecting all ground connections including
wiring and termination in point machine and
interconnections between point machine and CT box
through PVC hose pipe with 3/0.75mm and 7/1.40mm
copper wire and painting. This work includes
provision of insulation to stretcher bars, throw bar lug
and "D" bracket wherever required, cutting of notches
on the point machines covers to suit crank handle
configuration.

(Combined type point machine with ground


connection, uninsulated stretcher bar, throw bar lug
and 'D' brackets will be supplied by Railways.

[All types of insulations connected to point work, coal


bengal, all type of bolts and nuts, washers spring/flat
wire PVC 7/1.4mm copper, PVC hope pipe, paints,
PVC/nylon sleeves and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
10_237 Provision of fencing arrangements for the location per sqm 763.00
boxes. The work involves erecting posts using GI ground
pipes 25mm dia - 3m long near the location boxes at area
an interval of 2m and providing fencing using barbed
steel wires around the location boxes. The GI pipes
shall be buried to a depth of 1m. The barbed wire shall
be providing using 14 SWG GI wire (2 wires) barbed
at 6" interval. The wires shall be provided from ground
level to the top of post at an interval of 6". The work
also includes erection of two rail posts, fabrication of a
gate using MS angles 50x50x5mm and MS flats
50mmx3mm and fixing it on the rails and provision of
locking facility as per the instructions of Railway
representative at site.
49

(Rails of different lengths will be supplied by Railways.


The Contractor has to cut the rails to the required
lengths as per the requirement).

[GI pipes 25mm thick, barbed steel wire, MS angles


50mmx50mmx5mm and MS flats 50mmx5mm for
fabrication of gate, and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
10_238 Supply of Colour light Signal pole 140mm dia, 4.6m/
3.6m tall with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
a. Supply of colour light Signal pole (4.6m) Nos. 3318.00
b. Supply of colour light Signal pole (3.6m) Nos. 2974.00
10_239 Supply of surface base to suit CLS Signal pole Nos. 4118.00
140mm dia with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
10_240 Supply of ladder with platform and shoes to suit CLS
pole 4.6m/ 3.6m tall, with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
a. Supply of ladder with platform and shoes for 4.6m Nos. 3203.00
CLS pole
b. Supply of ladder with platform and shoes for 3.6m Nos. 3089.00
CLS pole
10_241 Supply of post type shunt signal - complete with hood Nos. 2860.00
etc., with necessary inspection as per specification/
drawing/ description enclosed in this document.
10_242 Supply of Ground type shunt signal - complete with Nos. 4118.00
surface base, signal pole, hood etc., with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
10_243 Supply of Colour Light Signal Multi Unit type -
complete for 4/ 3/ 2 aspect with mounting socket, with
necessary inspection as per specification/ drawing/
description enclosed in this document.
a. Supply of colour light Signal unit - 4 aspect Nos. 12584.00
b. Supply of colour light Signal unit - 3 aspect Nos. 10296.00
c. Supply of colour light Signal unit - 2 aspect Nos. 8580.00
10_244 Supply of Junction type route indicator – 5 unit arm –
1/ 2/ 3/ 4/ 5/ 6 way with mounting sockets, with
necessary inspection as per specification/ drawing/
description enclosed in this document.
a. Supply of Junction type route indicator - 1 way Nos. 10868.00
b. Supply of Junction type route indicator - 2 way Nos. 14300.00
c. Supply of Junction type route indicator - 3 way Nos. 17732.00
d. Supply of Junction type route indicator - 4 way Nos. 21164.00
50

e. Supply of Junction type route indicator - 5 way Nos. 24596.00


f. Supply of Junction type route indicator - 6 way Nos. 28028.00
10_245 Supply of Calling On Signal / 'A' marker light -
complete with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
a. Supply of Calling On Signal Nos. 2059.00
b. Supply of 'A' marker light Nos. 2059.00
10_246 Supply of Off-set brackets - large/ small made of cast
iron with necessary inspection as per specification/
drawing/ description enclosed in this document.
a. Supply of Off-set bracket (large) Nos. 2059.00
b. Supply of Off-set bracket (small) Nos. 1487.00
10_247 Supply of cable termination box (FRP type) with Nos. 9266.00
necessary inspection as per specification/ drawing/
description enclosed in this document.
10_248 Supply of track lead junction box - FRP type with 4 Nos. 1030.00
terminals and stumps with necessary inspection as
per specification/ drawing/ description enclosed in this
document.
10_249 Supply of PBT terminals 25mm/ 60mm centre and
PBT Fuse blocks with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
a. Supply of PBT terminal - 25mm centre Nos. 44.00
b. Supply of PBT terminal - 60mm centre Nos. 60.00
c. Supply of PBT fuse block (without ND fuse) Nos. 82.00
10_250 Supply of Low maintenance secondary cells of the
following capacities with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
a. Supply of secondary cells-2V-40AH capacity Nos. 1204.00
b. Supply of secondary cells-2V-80AH capacity Nos. 2077.00
c. Supply of secondary cells-2V-120AH capacity Nos. 2745.00
d. Supply of secondary cells-2V-200AH capacity Nos. 4077.00
e. Supply of secondary cells-2V-300AH capacity Nos. 5797.00
10_251 Supply of apparatus cases (full/ half/ quarter size) to
suit Southern Railway standard with necessary
inspection as per specification/ drawing/ description
enclosed in this document:
a. Supply of apparatus case - Full size Nos. 12012.00
b. Supply of apparatus case - Half size Nos. 8580.00
c. Supply of apparatus case - Quarter size Nos. 5148.00
10_252 Supply of electronic time delay units (120/60 sec.s) Nos. 2213.00
with plug boards, connectors and retaining clips with
necessary inspection as per specification/ drawing/
description enclosed in this document.
10_253 Supply of lamp proving relays for LED aspects with Nos. 3591.00
plug boards, connectors and retaining clips with
51

necessary inspection as per specification/ drawing/


description enclosed in this document.
10_254 Supply of QBCA1 - heavy duty contact relays with Nos. 4140.00
necessary inspection as per specification/ drawing/
description enclosed in this document.
10_255 Supply of QTA2 - track relays with plug boards, Nos. 2524.00
connectors and retaining clips with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
10_256 Supply of QSPA1 type relays with plug boards, Nos. 3897.00
connectors and retaining clips with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
10_257 Supply of Electric key transmitter - rotary type of Nos. 4279.00
required ward Nos. with keys, with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
10_258 Supply of relay rack to hold 168 relays, with necessary Nos. 22880.00
inspection, as per specification/ drawing/ description
enclosed in this document.
10_259 Supply of ‘A’ type foundation made of cast iron as per Nos. 5491.00
Drg No.CWM.00902, and as per specification/
drawing/ description enclosed in this document, with
necessary inspection.
10_260 Supply of track feed battery charger as per Nos. 2460.00
specification/ description enclosed in this document.
10_261 Supply of 'B type choke as per specification/ Nos. 2076.00
description enclosed in this document.
10_301 Concreting and erection of cable termination rack
500/210/140 Terminals capacity on teakwood base
frame of size 50mmx150mm of suitable length and
width with rectangular slot in the centre for taking in
the cables, and painting as per standard practice.

(Supply of cable termination racks is not included in


this schedule).

[Foundation bolts and nuts with washers, cement,


sand, stone jelly, teak wood base frame
50mmx150mm of suitable length and breadth, paint,
varnish and all other miscellaneous materials required
for the work shall be supplied by the contractor].
a. Concreting and erection of cable termination rack - Nos. 5271.75
210/140 terminal capacity.
b. Concreting and erection of cable termination rack - Nos. 7388.25
500 terminal capacity
10_302 Fixing of PBT terminal block/ PBT fuse block, rubber
grommets, clamping of cables using teakwood cable
clamps and base planks, termination of cables,
provision of ND type fuses of required capacities,
52

provision of copper bus bar for supply terminals,


wiring, provision of termination particulars diagram
board using plywood of thickness 12mm - teakwood
finish of size 1800mm x 1200mm with Aluminium
grooved channel frame in the relay room. The blank
spaces over the top of the cable termination rack shall
be covered with phynolic sheet of thickness 3mm
wherever required. The termination and cable core
particulars shall be painted on the PVC/ nylon
sleeves. The work also includes identification of
cables using aluminium tags provided on each cable
with letters punched neatly.
(Supply of PBT terminal blocks 25mm & 60mm
centers and PBT Fuse blocks is not covered in the
schedule)
[Wire PVC 3/0.75mm copper, brass bolts and nuts and
washers, for fixing PBT terminal/Fuse Block, other
fixing bolts and nuts, rubber grommets, PVC/ Nylon
sleeves, copper bus bars, teakwood 50mm x 50mm
for cable clamps, 25mmx 100mm for base planks,
phynolic sheet 6mm thick of size 1200mm x 1800mm
with aluminium grooved channel frame, phynolic sheet
3mm thick, paint and all other miscellaneous materials
shall be supplied by the Contractor].
a. Fixing of PBT terminal blocks (25mm/60mm Per 90.82
centre) and termination Termin
al Block
b. Fixing of PBT fuse block with ND fuses and Per 108.82
termination Fuse
Block
10_303 Concreting and erection of Relay racks- 168/56 relay
capacity using 'J' type bolts and painting of relay rack
as per the instructions of Railway representative at
site.

(Supply of relay rack is not covered in this schedule).

['J' type bolts and nuts with washers, nylon bushes,


concreting materials, paint and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
a. Concreting and erection of Relay Rack - 168 relay Nos. 3685.50
capacity
b. Concreting and erection of Relay Rack - 56 relay Nos. 1629.75
capacity

10_304 Fixing of plug boards, 50 way terminal blocks with 2BA Per 565.27
terminals, and wiring of relays as per the approved Relay
circuit diagram using wire PVC 16/0.2mm copper.
Suitable wire supporting tray with cover made of PVC
53

shall be provided horizontally and vertically in the relay


racks.. While running the wires on the aluminium
ladder proper care shall be taken to provide smooth
materials like rubber beading in the openings on
Phynolic sheets, to avoid damage to wires. The work
also includes wiring of contacts for data logger and
terminating them in tag blocks, provision of relay index
board.
(Supply of relays, plug boards, connectors and
retaining clips is not covered in this schedule).

[Wire PVC 16/0.2mm copper, tag blocks, 2BA


terminals, hard wood plank of size 600mmx
900mmx25mm with decolum finish, MS angles of size
25mmX25mmX6mm, relay fixing bolts and nuts,
teakwood plank 25mm thick for fixing resistors and
condensers, phynolic sheet 6mm thick of size
1200mmX1800mm with aluminium grooved channel
frame for relay index board, paints, soldering
materials, bunching thread, wire wound resistance,
condenser, wire supporting tray with cover of suitable
size made of PVC, paint, varnish and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].

10_305 Fixing of additional plug boards, 50 ways terminal Per 392.70


blocks and wiring of additional relays as per the Relay
approved circuit diagram using wire PVC 16/0.2mm
copper. Additional wire supporting tray with cover
made of PVC shall be provided wherever required.
Alterations to Relay particulars shall be incorporated
in the relay Index board.
(Supply of relays, plug boards, connectors and
retaining clips and 50 way terminal boards is not
covered in this schedule).

[Wire PVC 16/0.2mm copper, 2 BA terminals,


teakwood plank 25mm thick for fixing resistors and
condensers, soldering materials, bunching thread,
wire wound resistance, condenser, wire supporting
tray with cover of suitable size made of PVC, paint,
varnish and all other miscellaneous materials
required for the work shall be supplied by the
Contractor )
10_306 Carrying out alterations to the existing relays in the Per 376.04
relay racks/apparatus cases as per the approved Relay
circuit diagram using wire PVC 16/0.2mm copper. The
work includes painting alterations and releasing the
unwanted wires carefully without disturbing the
existing wiring.
54

[Wire PVC 16/0.2mm copper, soldering materials,


bunching threads, condensers, resistances and
teakwood plank for fixing them and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].
10_307 Erection and concreting of SM's control panel on
teakwood base frame 50mm x 150mm of suitable
length and breadth, varnishing, termination of cables
and wiring of knobs, buttons, indications, counters,
etc., as per the approved circuit diagram with wire
PVC 16/0.2mm copper. The work includes fixing of
one digital voltmeter, required No. of buzzers and
wiring. The termination particulars shall be painted on
the back doors of the panel.

(Supply of SM's control panel is not included in the


schedule).

[Foundation bolts and nuts with washers, concreting


materials, wire PVC 16/0.2mm copper, 50mmx150mm
teakwood base frame, soldering materials, buzzers to
work on 24VDC, one digital voltmeter 0-300V AC and
all other miscellaneous materials required for the work
shall be supplied by the Contractor].
a. Erection, concreting and wiring of SM's control Nos. 23971.50
panel (up to 5 roads)
b. Erection, concreting and wiring of SM's control Nos. 34648.50
panel (more than 5 roads)
10_308 Provision of Interconnections between relay racks,
cable termination racks, SM's control panel, battery
room, power room, termination and wiring. The work
involves laying of underground cables in the duct as
well as with clamping arrangements on the walls,
supply and fixing of aluminium ladders and supports
with 3mm thick phynolic sheet for running the cables
in the relay room. Interconnection shall be carried out
with signaling multi core cable (skinned/ unskinned)
and power cables as per the instructions of Railway
representative at site. The work also include
termination of the interconnection cables on 50 way
terminals in the relay rack/ control panel, cable
termination rack etc. After the interconnection cables
are laid, the ducts shall be filled with river sand and
closed. Wherever required the cables shall be taken to
other floors in the building by clamping them on MS
angles and flats grouted on the walls.
(Supply of interconnection cables is not included in
this schedule).
55

[2BA terminals, Aluminium ladder arrangements using


37mmx37mmx5mm aluminium angles and
25mmx6mm aluminium flats, aluminium supports,
phynolic sheet - 3mm thick for bottom of aluminium
ladders, MS angles and flats, bolts and nuts,
concreting materials, and all other materials required
for the work shall be supplied by the contractor].
a. Provision of interconnection at stations (up to 5 LS 41768.15
roads).
b. Provision of interconnection at stations (more than LS 80018.00
5 roads) where relay room and panel room are in the
same floor.
c. Provision of interconnection at stations [more than 5 LS 95105.00
roads] where relay room and panel room are in
different floors.
10_309 Installation of power equipments like battery chargers, Nos. 923.25
transformers, transformer rectifiers, invertors, DC-DC
convertors etc., in the apparatus cases and wiring the
same using wire PVC 7/1.4mm and 3/0.75mm copper
as per the approved wiring diagram and painting of
particulars in the inside of the doors of the apparatus
cases. The work also includes provision of protective
arrangements in bare terminals carrying high voltages.

(Supply of power equipments is not included in this


schedule).

[Wire PVC 7/1.4mm and 3/0.75mm copper, protective


arrangements, paint and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
10_310 Carrying out alterations to the existing SM's control LS 8631.00
panel. The work includes drilling of holes on the Top
plate wherever required, fixing and wiring of knobs,
buttons, counters, LEDs with holder, closing of
unwanted holes, carrying out painting alterations on
the panel, termination of additional cables and
carrying out alteration to the existing wiring as per
approved circuit diagram, releasing of unused wires,
and painting of particulars as per the instructions of
Railway representative at site.

(Supply of knobs, buttons and counters is not included


in the scope of this schedule).

[LED lamps with holder, paint, soldering materials and


all other miscellaneous materials required for the work
shall be supplied by the Contractor].
10_311 Supply and wiring of LEDs with resistance and fixing Per 32.80
on the cable termination rack for indicating “FUSE Fuse
56

BLOWN OUT" for each circuit. The LEDs and


resistances shall be fixed on a phynolic sheet 50mm
width and 3mm thick. The phynolic sheet shall be
fixed by the side of the corresponding Fuse Blocks.
Separate switch shall be provided for each circuit.

[LEDs 10mm, holders, resistance, switch, phynolic


sheet, soldering materials and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
10_312 Supply, fabrication and provision of suitable battery
stand in the battery room using M.S.Angles
65mmx65mmx8mm and MS flats 50mmx6mm
covered with 100mmx50mm hardwood reapers, and
installation of secondary cells. The work involves
charging of secondary cells, fixing and connecting the
batteries with strips, manufacture and fixing of
teakwood terminal box, termination of cables, wiring
with suitable wire PVC 7/1.40mm and 3/0.75mm
copper through suitable PVC pipes/ casing properly
clamped, provision of battery particulars board made
of phynolic sheet 6mm thick of size 900mm x 1200mm
with Aluminium grooved channel frame in the relay
room. The particulars shall be digitally using good
quality laminated gum sheet, provision of hydrometer -
1 No. on a stand and battery tester-1 No. Charging of
secondary cells shall be done by the contractor
through reputed agencies.
(Supply of secondary cells is not covered in this
schedule).

[MS angles 65mm x 65mm x 8mm, MS flats 50mm x


6mm, teakwood plank 25mm thick for manufacturing
termination box with locking facility, hardwood reapers
100mmx50mm of required lengths, wire PVC 7/1.4mm
and 3/0.75mm copper, anti-corrosive paint, varnish,
PVC pipes/ casing, and all other miscellaneous
materials required for this work shall be supplied by
the contractor].
a. Provision of battery stand and installation of 2V- per cell 849.60
300AH cell
b. Provision of battery stand and installation of 2V- per cell 737.10
200AH cell
c. Provision of battery stand and installation of 2V- per cell 616.35
120AH cell
d. Provision of battery stand and installation of 2V- per cell 528.90
80AH cell
10_313 Charging and installation of secondary cells of the
following capacities, on existing battery stand/ RCC
slabs in the battery room. The work involves charging
57

of secondary cells, fixing and connecting the batteries


with strips, manufacture and fixing of teakwood
terminal box, termination of cables, wiring with
suitable wire PVC 7/1.40mm and 3/0.75mm copper
through suitable PVC pipes/ casing properly clamped,
provision of battery particulars board made of phynolic
sheet 6mm thick of size 900mm x 1200mm with
Aluminium grooved channel frame in the relay room.
The particulars shall be digitally using good quality
laminated gum sheet, provision of hydrometer -1 No.
on a stand and battery tester-1 No. Charging of
secondary cells shall be done by the contractor
through reputed agencies.

(Supply of secondary cells is not covered in this


schedule).

[Teakwood plank 25mm thick for manufacturing


termination box with locking facility, wire PVC
7/1.4mm and 3/0.75mm copper, anti-corrosive paint,
varnish, PVC pipes/ casing, and all other
miscellaneous materials required for this work shall be
supplied by the contractor].
a. Installation of 2V-300AH cell on existing stand/ per cell 587.55
slabs
b. Installation of 2V-200AH on existing stand/slabs per cell 475.05
c. Installation of 2V-120AH on existing stand/slabs per cell 434.35
d. Installation of 2V-40/80AH on existing stand/slabs per cell 382.58
10_314 Installation of charged secondary cells of the following
capacities in apparatus cases, connecting them with
strips, wiring with wire PVC 3/0.75mm copper and
termination. This work also includes charging of cells
through reputed agencies. The details of the batteries
shall be written on the inside of the doors of the
apparatus cases.

(Supply of secondary cells is not included in this


schedule).

[Wire PVC 3/0.75mm copper, connecting strips, paint


and all other miscellaneous materials required for the
work shall be supplied by the Contractor].
a. Installation of 2V-120AH cell in apparatus case per cell 311.55
b. Installation of 2V-40/80AH cell in apparatus case per cell 265.72
10_315 Supply and installation of Battery charger 110V/24V- Nos. 30421.00
15A in the apparatus cases, and wiring the using wire
PVC 3/0.75mm copper as per approved circuit
diagram. The work also includes painting of particulars
on the inside of the doors of the apparatus cases.
58

[Battery charger 110V/24V-15A, wire PVC 3/0.75mm


copper, fixing materials, paint, and all other
miscellaneous materials required for this work shall be
supplied by the Contractor].
10_316 Supply and installation of Battery charger 110V/24V- Nos. 25422.00
10A in the apparatus cases, and wiring the using wire
PVC 3/0.75mm copper as per approved circuit
diagram. The work also includes painting of particulars
on the inside of the doors of the apparatus cases.
[Battery charger 110V/24V-10A, wire PVC 3/0.75mm
copper, fixing materials, paint, and all other
miscellaneous materials required for this work shall be
supplied by the Contractor].
10_317 Supply, installation and wiring of Transformer rectifier Nos. 5924.00
110VAC/24V DC - 2A capacity at Power room/
apparatus cases and connecting it to the relevant
circuit as per approved circuit diagram using wire PVC
3/0.75mm copper and painting of particulars as per
Railway practice.

[Transformer rectifier 110V AC/24VDC - 2A capacity,


wire PVC 3/0.75mm copper and all other
miscellaneous materials shall be supplied by the
Contractor].
10_318 Supply, installation and wiring of Transformer Nos. 5224.10
110VAC/110VAC - 500VA capacity at Power
Room/Apparatus cases and connecting it to the
relevant circuit as per approved circuit diagram using
wire PVC 3/0.75mm copper and painting of particulars
as per standard Railway practice.

[Transformer 110V AC/110VAC - 500VA capacity,


wire PVC 3/0.75mm copper and all other
miscellaneous materials shall be supplied by the
Contractor].
10_319 Supply, installation and wiring of Transformer Nos. 5249.60
400VAC/110VAC - 500VA capacity at Power
Room/Apparatus cases and connecting it to the
relevant circuit as per approved circuit diagram using
wire PVC 3/0.75mm copper and painting of particulars
as per standard Railway practice. The work also
includes provision of protective arrangements to cover
the bare terminals with high voltages.
[Transformer 400V AC/110VAC - 500VA
capacity, wire PVC 3/0.75mm copper and all other
miscellaneous materials shall be supplied by the
Contractor].
59

10_320 Supply, fabrication and provision of suitable power Set. 121818.60


equipment stand in the power room at stations (with
more than 5 roads) using M.S. Angles 65mm x 65mm
x 8mm and MS flats 50mmx6mm covered with
100mmx50mm hardwood reapers, installation of
power equipments and wiring the same using wire
PVC 7/1.4mm and 3/0.75mm copper as per approved
wiring diagram, fabrication and installation of Power
panel Box type using powder coated 16G MS sheet
with inbuilt locking facility with a power distribution
board fitted inside made of Phynolic synthetic
industrial fibre base fine weave cotton fibre sheet of
size 1200mm X 1200mm X10mm. Terminations using
circuit breakers, HRC fuse blocks and PBT terminals
shall be provided on the phynolic sheet. DIGITAL
Voltmeters, ammeters and by pass switches shall be
fitted on the front side of the MS power panel. This
work includes installation of power distribution
diagram board using phynolic sheet 6mm thick of size
1800mm x 1200mm with Aluminium grooved channel
frame in the relay room. The particulars shall be
digitally using good quality laminated gum sheet.
(Supply of power equipments is not covered in this
schedule).
[MS angles 65mmx65x8mm, Phynolic synthetic
industrial fibre base fine weave cotton fibre sheet of
size 1200x1200x10mm, Hard Wood planks for
reapers 100x50mm, Power coated 16G MS sheet,
teakwood base planks 25mm x 150mm and 50mm x
50mm for fixing cables, 50mm, bolts & nuts required
for manufacturing power panel & power rack, circuit
breakers, HRC Fuses with base and carrier,
ammeters, voltmeter- 3 Nos., by-pass switches for
stabilisers-63A capacity - 3 Nos., power distribution
diagram board using phynolic sheet - 6mm thick of
size 1200X1800mm with Aluminium grooved channel
frame, paints, wire PVC 7/1.4mm and 3/0.75mm
copper, and all other miscellaneous materials
required shall be supplied by the Contractor].
10_321 Installation of power equipments on the existing Set. 103056.55
stands/ RCC slabs in the power room stations (with
more than 5 roads) and wiring the same using wire
PVC 7/1.4mm and 3/0.75mm copper as per approved
wiring diagram, fabrication and installation of Power
panel Box type using powder coated 16G MS sheet
with inbuilt locking facility with a power distribution
board fitted inside made of Phynolic synthetic
industrial fibre base fine weave cotton fibre sheet of
size 1200mm X 1200mm X10mm. Terminations using
60

circuit breakers, HRC fuse blocks and PBT terminals


shall be provided on the phynolic sheet. Voltmeters,
ammeters and by pass switches shall be fitted on the
front side of the MS power panel. This work includes
installation of power distribution diagram board using
phynolic sheet 6mm thick of size 1800mm x 1200mm
with Aluminium grooved channel frame in the relay
room. The particulars shall be digitally using good
quality laminated gum sheet.

(Supply of power equipments is not covered in this


schedule).
[Phynolic synthetic industrial fibre base fine weave
cotton fibre sheet of size 1200x1200x10mm, Powder
coated 16G MS sheet, teakwood base planks 25mm x
150mm and 50mm x 50mm for fixing cables, 50mm,
bolts & nuts required for manufacturing power panel &
power rack, circuit breakers, HRC Fuses with base
and carrier, ammeters, voltmeter- 3 Nos., by-pass
switches for stabilisers-63A capacity - 3 Nos., power
distribution diagram board using phynolic sheet 6mm
thick of size 1200X1800mm with Aluminium grooved
channel frame, paints, wire PVC 7/1.4mm and
3/0.75mm copper and all other miscellaneous
materials required for the work shall be supplied by
the contractor].
10_322 Supply, fabrication and provision of suitable power Set. 89001.80
equipment stand in the power room at stations (up to 5
roads) using M.S.Angles 65mmx65mmx8mm and MS
flats 50mmx6mm covered with 100mmx50mm
hardwood reapers, installation of power equipments
and wiring the same using wire PVC 7/1.4mm and
3/0.75mm copper as per approved wiring diagram,
manufacture of power panel using phynolic sheet
1200mm x 1200mm x 10mm and erecting it using MS
angles 25mm x 25mm x 6mm and fixing of meters,
stabilizer and ammeter by pass switches, HRC fuse
blocks, PBT terminals 60mm centre and connecting
the power equipments to the power panel as per
approved power diagram, in the power room. This
work includes installation of power distribution diagram
board using phynolic sheet 6mm thick of size 1200mm
x 1200mm with Aluminium grooved channel frame in
the relay room. The particulars shall be digitally using
good quality laminated gum sheet.
(Supply of power equipments like battery charger,
transformers, transformer rectifiers, voltage stabilisers,
DC-DC convertor, invertors etc., is not included in this
schedule).
61

[MS Angles 65mm x 65mm x 8mm and 25x25x6mm,


MS flat 50mm x 6mm, hardwood reapers 100mm x
50mm of required lengths, phynolic sheet of size
1200x1200x10mm, teakwood planks 25x150mm for
fixing cables, teakwood cable clamps 50x50mm, bolts
& nuts required for manufacturing power panel, HRC
Fuses base and carrier, Ammeters, Voltmeters, main
switch, by-pass switches for ammeter and stabilisers-
63A capacity, power distribution diagram board using
phynolic sheet - 6mm thick of size 1200X1200mm with
Aluminium grooved channel frame, paints, PBT
terminal blocks 60mm centre wherever required, wire
PVC 7/1.4mm and 3/0.75mm copper and all other
miscellaneous materials shall be supplied by the
contractor].
10_323 Installation of power supply equipments for stations Set. 70995.40
(up to 5 roads) on existing equipment stand/ RCC
slabs and wiring the same using wire PVC 7/1.4mm
and 3/0.75mm copper, manufacture of power panel
using phynolic sheet 1200mm x 1200mm x 10mm and
erecting it using MS angles 25mm x 25mm x 6mm and
fixing of meters, stabilizers and ammeter by pass
switches, HRC fuse blocks, PBT terminals 60mm
centre and connecting the power equipments to the
power panel as per approved power diagram, in the
power room. This work includes installation of power
distribution diagram board using phynolic sheet 6mm
thick of size 1200mm x 1200mm with Aluminium
grooved channel frame in the relay room. The
particulars shall be digitally using good quality
laminated gum sheet.

(Supply of power equipments like battery charger,


transformers, transformer rectifiers, voltage stabilisers,
DC-DC convertor, invertors etc., is not included in this
schedule).
[MS Angles 25x25x6mm, phynolic sheet of size
1200x1200x10mm, teakwood planks 25x150mm for
fixing cables, teakwood cable clamps 50x50mm, bolts
& nuts required for manufacturing power panel, HRC
Fuses base and carrier, Ammeters, Voltmeters, main
switch, by-pass switches for ammeter and stabilisers-
63A capacity, power distribution diagram board using
phynolic sheet - 6mm thick of size 1200X1200mm
with Aluminium grooved channel frame, paints, PBT
terminal blocks 60mm centre wherever required, wire
PVC 7/1.4mm and 3/0.75mm copper and all other
miscellaneous materials shall be supplied by the
contractor].
62

10_324 Installation of double line SGE type block instruments Nos. 6075.00
on the block counter. The work involves termination of
cables on the test panel and block counter, block
wiring, interconnection between test panels and block
instrument by underground signaling cable and
painting the instrument as per the instructions of
Railway representative at site.

(Supply of block instruments, block counters and


underground cables is not covered in this schedule).

[Phynolic sheet for fixing terminals, wire PVC


16/0.2mm copper, 3/0.75mm, paint, and all other
miscellaneous materials required for the work shall be
supplied by the contractor].
10_325 Installation of single line push button token less block Nos. 8526.00
instruments on teakwood base frame. The work
involves termination of cables on the test panel, block
wiring including duplicating switch for "Train Arrival"
and interconnection between test panel and block
instrument by underground signaling cable and
painting the instrument in consultation with Railway
representative at site.

(Supply of block instrument and underground cables is


not included in this schedule).

[Wire PVC 16/0.2mm copper, 3/0.75mm, Teak Wood


base frame of size 50mmx 150mm, foundation bolts,
paint, concreting materials and all other miscellaneous
materials required for the work shall be supplied by the
contractor].
10_326 Installation of single line FM type tokenless block Nos. 9072.00
instruments on the block counter. The work involves
termination of cables on the test panel and block
counter, block wiring, interconnection between test
panels and block instrument by underground signaling
cable and painting the instrument as per the
instructions of Railway representative at site.

(Supply of block instruments, block counters and


underground cables is not covered in this schedule).

fixing terminals, wire PVC 16/0.2mm copper,


3/0.75mm, paint, and all other miscellaneous materials
required for the work shall be supplied by the
contractor].
63

10_327 Supply, erection and wiring of diesel generator set, Nos. 253909.00
10KVA, 230VAC, and single phase - similar to
KIRLOSKAR make with CPCB type approved Acoustic
enclosure as per the instructions of Railway
representative at site. This work includes supply of
control panel, exhaust pipe, changeover switch, phase
selection switch and provision of interconnections
between the DG set, control panel, changeover switch,
phase selection switch, and painting.

(Diesel generator set with CPCB approved acoustic


enclosure, iron clad changeover switches 2 pole 3
position - 63 amps capacity, phase selection switch 4
pole, 2 position - 63 amps capacity, exhaust pipe,
asbestos rope, wire PVC 7/1.4mm copper, PVC pipes
and bends, clamps and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
10_328 Supply, erection and wiring of diesel generator set, 15 Nos. 280893.00
KVA, 230VAC, Single phase - similar to KIRLOSKAR
make with CPCB type approved Acoustic enclosure as
per the instructions of Railway representative at site.
This work includes supply of control panel, exhaust
pipe, changeover switch, phase selection switch and
provision of interconnections between the DG set,
control panel, changeover switch, phase selection
switch, and painting.

[Diesel generator set with CPCB approved acoustic


enclosure, iron clad changeover switches 4 pole 3
position - 100 amps capacity, phase selection switch 4
pole, 2 position - 100 amps capacity, exhaust pipe,
asbestos rope, wire PVC 7/1.4mm copper, PVC pipes
and bends, clamps and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
10_329 Supply, erection and wiring of diesel generator set, 15 Nos. 271972.00
KVA, 230VAC, 3 phases - similar to KIRLOSKAR
make with CPCB type approved Acoustic enclosure as
per the instructions of Railway representative at site.
This work includes supply of control panel, exhaust
pipe, changeover switch, phase selection switch and
provision of interconnections between the DG set,
control panel, changeover switch, phase selection
switch, and painting.

[Diesel generator set with CPCB approved acoustic


enclosure, iron clad changeover switches 4 pole 3
position - 63 amps capacity, phase selection switch 4
64

pole, 2 position - 63 amps capacity, exhaust pipe,


asbestos rope, wire PVC 7/1.4mm copper, PVC pipes
and bends, clamps and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
10_330 Supply, erection and wiring of diesel generator set, Nos. 282723.00
20KVA, 230VAC, and 3 phases - similar to
KIRLOSKAR make with CPCB type approved Acoustic
enclosure as per the instructions of Railway
representative at site. This work includes supply of
control panel, exhaust pipe, Changeover switch,
phase selection switch and provision of
interconnections between the DG set, control panel,
changeover switch, phase selection switch, and
painting.

[Diesel generator set with CPCB approved acoustic


enclosure, iron clad changeover switches 4 pole 3
position - 63 amps capacity, phase selection switch 4
pole, 2 position - 63 amps capacity, exhaust pipe,
asbestos rope, wire PVC 7/1.4mm copper, PVC pipes
and bends, clamps and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
10_331 Supply, erection and wiring of diesel generator set, Nos. 329463.00
25KVA, 230VAC, and 3 phases - similar to
KIRLOSKAR make with CPCB type approved
Acoustic enclosure as per the instructions of Railway
representative at site. This work includes supply of
control panel, exhaust pipe, changeover switch, phase
selection switch and provision of interconnections
between the DG set, control panel, changeover
switch, phase selection switch, and painting.

[Diesel generator set with CPCB approved acoustic


enclosure, iron clad changeover switches 4 pole 3
position - 100 amps capacity, phase selection switch 4
pole, 2 position - 100 amps capacity, exhaust pipe,
asbestos rope, wire PVC 7/1.4mm copper, PVC pipes
and bends, clamps and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
10_332 Supply and wiring of Diagnostic panel in the relay Nos. 32833.80
room similar to control panel for displaying the relay
positions for signals, points, track etc by fixing LEDs of
required colors on phynolic sheet of size
1200mmx900mmx6mm with teak wood frame on
which the yard plan shall be digital drawn and pasted
using good quality gum sheet. The LEDs shall be
wired using 16/0.2mm copper and terminated on tag
65

blocks inside the diagnostic panel. From the panel to


the relay racks the wiring shall be done using switch
board cables up to the 50 way terminal blocks. From
the 50 way block to the relay contacts wiring shall be
done using 16/0.2mm copper wire. The wiring shall be
done as per approved circuit diagram and as per the
instructions of Railway representative at site.

[Phynolic sheet of size 1200mmx900mmx6mm, LED-


5mm/ 3mm size, with holders, wire PVC, switch board
cables, soldering materials, paint, frame for the
boards, fixing bolts and nuts with washers and all
other miscellaneous materials required for the work
shall be supplied by the contractor].
10_333 Supply and wiring of Diagnostic panel in the relay Nos. 57627.45
room similar to control panel for displaying the relay
positions for signals, points, track etc by fixing LEDs of
required colors on phynolic sheet of size1800mmx
1200mmx6mm with teak wood frame on which the
yard plan shall be digital drawn and pasted using good
quality gum sheet. The LEDs shall be wired using
16/0.2mm copper and terminated on tag blocks inside
the diagnostic panel. From the panel to the relay racks
the wiring shall be done using switch board cables up
to the 50 way terminal blocks. From the 50 way block
to the relay contacts wiring shall be done using
16/0.2mm copper wire. The wiring shall be done as
per approved circuit diagram and as per the
instructions of Railway representative at site.

[Phynolic sheet of size 1800mmx1200mmx6mm, LED-


5mm/ 3mm size, with holders, wire PVC, switch board
cables, soldering materials, paint, frame for the
boards, fixing bolts and nuts with washers and all
other miscellaneous materials required for the work
shall be supplied by the contractor].
10_334 Supply and installation of distilled water plant similar Nos. 20281.00
to `KILBURN' make capacity 3.5 to 4.5 Lits. per hour,
with two detachable heating elements of 1500W each
to work on 230VAC, single phase, fitted with
automatic cut-outs and removable connectors, with
Stainless Steel boiling chambers, condenser pipe,
toughened glass lid; The work includes supply and
installation of fibre tank similar to `SINTEX' make -
200 lts, capacity, provision of water supply connection
from water tap to water tank, water tank to distilled
water plant using G.I Pipes 25mm dia and with
regulating valves, provision of separate power supply
socket and wiring. This work includes fixing of 2 Nos.
of rails on the wall and grouting as instructed by
66

Railway representative at site.

(Cut rails will be supplied by Railways).

[Distilled water plant, tank 200 Litres capacity similar


to sintex make, GI pipe 25mm dia, power plug with
socket, regulating valves, jelly, cement, sand and
other materials shall be supplied by the Contractor].
10_335 Supply and installation of 4 wire DTMF based way Set 8215.00
station equipment complete as per RDSO
specification No.IRS.TC-60/93 and 4 wire control
telephone with audio visual indication and reset
button fitted on telephone conforming to specification
No.IRS-TC-38/97 or latest. This work also includes
supply and wiring of power supply arrangements for
way station equipment conforming to specification
IRS.TC.72/97.
or latest
[All the materials required for the work shall be
supplied by the Contractor].
10_336 Supply and provision of Rubber mat of not less than sft 78.30
6mm thick and with an insulation to withstand
650VAC, on the floor of relay room etc at places as
indicated by railway representative at site.
10_337 Provision of signaling arrangement during Non- per 18178.95
Interlocked working of Signals and Points, such as station
erection and wiring of temporary relay racks and
wiring of relays, SM's slide instruments, wiring
alterations in the cable termination rack, apparatus
cases, signals, Control panel etc, as per the
instructions of Railway representative at site.

(Supply of relay rack, relays, and SM slide instrument


is not included in this schedule).

[All other miscellaneous materials required for the


work shall be supplied by the Contractor].
10_338 Provision of PA system and Magneto telephone per Tent 885.00
communication at stations/ tents as per the per day
instructions of Railway representative at site. The PA
system and magneto telephones will be returned to
the contractor after the completion of NI working.
Signalling cables available may be used for the
communication.

(Hiring of PA system equipments and magneto


telephones shall be done by the Contractor)

[All other miscellaneous materials required for the


work shall be supplied by the Contractor].
67

10_339 Hiring of tarpaulin tents and providing the same at per Tent 718.00
places as instructed by Railway representative at site. per day
The spacing inside the tent shall be app 8ft x 8 ft.
Each tent shall be provided with a table, chair, tube
lights and pedestal fan. Drinking water in cans. The
tents shall be fixed firmly to withstand rain, strong
wind etc.
10_401 Installation of 2 Slide SM's control Instrument at LC Nos. 4893.00
gate on a hard wood plank (not less than 25mm thick)
supported by MS angle 50 x 50 x 6 mm duly grouted
on wall. This work includes provision of teak wood
termination box with cover with locking facility,
termination of cable inside the box and wiring of SM's
control instrument. The termination details shall be
painted on the door of the terminal box.

(Supply of SM slide instrument is not covered in this


schedule).

[Teakwood termination box with cover, hardwood


plank, MS angle 50 x 50 x 6mm, fixing materials,
paint, GI lock, wire PVC 3/0.75mm and 16/0.2mm
copper, and other required miscellaneous materials
shall be supplied by the Contractor].
10_402 Installation of LC control panel cum illuminated Nos. 3437.40
diagram board at Level Crossing gate lodge and
wiring the same including interconnections and
painting.

(Supply of LC control panel cum illuminated diagram


board is not included in this schedule).

[Wire PVC 16/0.2mm copper, soldering materials,


LEDs, resistances and all other required
miscellaneous materials shall be supplied by the
Contractor.].
10_403 Excavation of pit, concreting `A' type foundation and Nos. 4531.35
fixing ground lever frames single/double as per
Drg.No.SG/CN/02/11 complete with ground
connection. The work includes concreting of `A' type
foundations and fixing of HP lock and connecting the
ground lever frame with the HP lock using MS rod as
instructed by Railway representative at site.

(Supply of ground lever frames, hand plunger locks


and `A’ type foundations is not covered in this
schedule).

[Cement, river sand, stone jelly of size 20/25mm,


fixing bolts and nuts with washers and all other
68

miscellaneous materials shall be supplied by the


Contractor].
10_404 Interlocking of level crossing gate with Swing Nos. 3162.00
Gates: This work consists of fixing of gate locks on
the gates as per instructions of Railway representative
at site.The arrangement shall be painted as per
standard Railway practice.

(Supply of gate locks is not covered in this schedule).

[paint, all types of bolts and nuts and all other


miscellaneous materials shall be supplied by the
Contractor]
10_405 Interlocking of level crossing gate with Lifting Barrier: Nos. 12370.05
This work consists cutting of notches on the drum of
the winch, , fixing and levelling of trestles, rod roller
assembly, levelling and concreting of `A' type
foundations, fixing of rod diversion cranks, vertical
cranks, running of rods (app. 30mtrs.) and connecting
them to lever tail at one end and boom locking
arrangement at the other end, and painting as per
standard practice. The work also includes fixing of
wiring of one limit switch for each boom as per the
instructions of Railway representative at site.

(Supply of HP locks, rods, `A' type foundations,


trestles, segments, rod roller assembly complete and
cranks is not covered in this schedule).

[Cement, river sand, stone jelly of size 20/25mm dia,


coal bengal, paints, all types of bolts & nuts and all
other miscellaneous materials shall be supplied by
the Contractor].
10_406 Casting concrete foundation of size 900mmX per 11003.25
900mmX900mm for pedestal, 400mmX400mmX boom
600mm for meeting post, fixing of lifting barrier boom,
contact makers, termination of cables, wiring and
painting as per the instructions of Railway
representative at site.

(Supply of pedestals, meeting posts, contact maker,


electric lifting barriers, rail posts, cranks and 'A' type
foundation is not covered in this schedule).

[Concreting materials, bolts and nuts, wire PVC


3/0.75mm copper and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
69

10_407 Provision of boom locking arrangement for both the per LC 6552.65
lifting barrier which involves running of about 30m to
50m of rodding with a spacing of 2m interval between
trestles with rod roller segments, fixing of about 8 Nos.
of cranks on 'A' type foundation/ MS plates and
concreting of 'A' bases to a size of 1mX0.6mX0.5m as
instructed by Railway representative at site. Solid
joints/ insulated joints shall be provided wherever
required. The work also includes running of rods by
track crossings/ road crossings wherever required.

(Supply of MS rods, cranks, trestles’, segments,


rollers etc., is not covered in this schedule).

[All other materials required for the work shall be


supplied by the Contractor].
10_408 Fixing and wiring of Two Nos. of Electronic Gate
Warning equipment for each level crossing gate, one
on each road warning signal, amplifier in the Set. 2427.75
apparatus case with wire PVC 3/0.75mm and
16/0.2mm copper, and painting.
(Electronic Gate Warning Equipment and amplifier will
be supplied by Railways).

[All wiring, fixing and painting materials shall be


supplied by Contractor].
10_409 Design, fabrication and supply of Gate Indication Nos. 7843.50
Panel of 16 SWG, powder coated MS sheet of size
450mm x 300mm x 100mm approximately consisting
of different colour LEDs with holders suitable to work
on 24VDC supply. Indications on the front panel shall
be as per typical diagram supplied by Railways. All
descriptions on the front panel have to be neatly
painted. The Panel shall then be wired using wire PVC
16/0.2mm copper as per the approved circuit diagram
and installed in the gate lodge as instructed by
Railway representative at site.

[All materials required for the work shall be supplied


by the Contractor].
10_410 Installation of hand plunger lock with [single/double]
on gauge tie plate for locally operated point/ on
suitable fixing arrangements for LC gate winch
interlocking, connecting the same and adjusting them.
The work includes cutting suitable notches on split
stretcher bars, provision of suitable MS cover of 3mm
thick for the hand plunger lock, provision of point/trap
indicator and painting.
70

(Supply of hand plunger locks and point/ trap indicator


is not covered in this schedule).

[Un-cut split stretcher bars for HP Lock Single/Double,


MS cover 3mm thick, coal bengal, fixing bolts and
nuts with washers, paint and all other miscellaneous
materials required for the work shall be supplied by
the contractor].
a. Installation of Hand Plunger locks (single/ double) Nos. 6505.00
b. Fixing of point/ trap indicator Nos. 1167.75
10_411 Fixing of electrical detectors on extended gauge tie Nos. 3504.75
plate, providing insulations, connecting ground
connections, wiring with wire PVC 3/0.75mm copper,
connecting the detector and TLD box through a hose
pipe, drawal of jumper wires from the detector to TLD
box and painting.

(Supply of Electrical detectors complete, switch


extension pieces, ground connections, extended
gauge tie plate, TLD boxes with stumps is not covered
in this schedule).

[Wire PVC 3/0.75mm copper, PVC hose pipe, all fixing


bolts and nuts, all types of insulations, paint and all
other miscellaneous materials required for this work
shall be supplied by the contractor].
10_412 Supply and installation of teakwood glass fronted box Nos. 4057.00
of size 300mm x 600mm x 75mm with hooks to keep
various keys with description engraved on the tags.

[TW Glass fronted box of size 300mmx600mmx 75mm


with built in lock, hooks, engraved tags and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].
10_413 Manufacture and supply of teak wood tool box of Set. 16388.00
size 1000X750X100mm made of 25mm thick teak
wood persplex sheet fronted 6mm (Colourless) fixed
on the wall at a convenient location as instructed by
Railway representative at site. The board should have
provision of pad lock and locking arrangements and
shall be equipped with the following tools[reputed
make]:
a. Digital Mulltimeter similar to Model No.Rish Multi
15S with suitable carrying case and test probes.
b. Multimeter similar to Model No.HM 102 BZ
Hungchung with test probes with suitable carrying
case.- 1 No.
c. Centre zero ammeter 30-0-30 Amps - 1 No.
d.. Screw drivers of different types and sizes with
71

common handle - 1 set


e. Spanner double ended 33mm - 1 No.
f. Spanners double ended 3/8x1/2" - 1 No.
g. Spanners double ended 5/8x3/4" - 1 No.
h. Spanners double ended 7/8x1" - 1 No.
i. Hammer 1 1/2 lbs ball pane - 1 No.
j. Hacksaw frame - 1 No.
k. Adjustable screw spanner 12" - 1 No.
l. Insulated cutting pliers- 1 No.
m. Insulated nose plier- 1 No.
n. Electric soldering iron 230V 60W Soldron/Philips
make - 1 No.
o. Electric soldering iron 110V 35W Soldron/Philips
make - 1 No.
p. Megger 500V/ 500Mohms. with Probe - 1 No.

The above tools shall be purchased from Reputed


manufacturers only in consultation with the Railway
representative at site.
[Teak wood tool box made of 25mm teak wood
plank, perspex sheet, all the tools mentioned above,
padlock and other miscellaneous items shall be
supplied by the Contractor].
10_414 Fixing of EKT instrument with (or) without crank Nos. 2943.75
handle or on suitable fixtures at station/apparatus
case, provision of economiser push switch with
locking facility, wiring with wire PVC 16/0.2mm
copper, provision of teakwood terminal box covered
with decolum along with locking facility and painting.

(Supply of electric key transmitter and crank handles


is not covered in this schedule).
[wire PVC 16/0.2mm copper, wire wound resistance,
decolum covered terminal box with locking facility by
using 25mm thick teakwood, bolts and nuts, paints,
push switches, padlocks and other miscellaneous
materials required for this work shall be supplied by
the contractor].
10_415 Casting concrete foundation and erection and painting Nos. 2159.00
of boards with `LEGEND' such as “Draw close if signal
is at on" at the required places as per the Signalling
plan. The work involves concreting of rail post to a
size of 600mm x 600mm x 900mm, and fixing the
board to the rail using MS clamps, bolts and nuts.

(Supply of boards is not covered in this schedule.


Rails of different lengths will be supplied by Railways
and the Contractor has to cut them to the required
lengths)
[Stone jelly of size 20/25mm dia, river sand, cement,
72

M.S.flats, fixing bolts and nuts, paint and all other


miscellaneous materials required for the work shall be
supplied by the Contractor].
10_416 Painting, erection and concreting of Goods warning Nos. 2929.95
boards on rails as per the Signalling plan. The work
includes manufacturing of clamps and fixing the board
to the rails, supply and fixing of scotch lite reflectors
and concreting the rail post to a size of 600mm x
600mm x 900mm.

(Supply of goods warning boards is not covered in this


schedule. Rails of different lengths will be supplied by
Railways and the Contractor has to cut them to the
required lengths).

[Stone jelly of size 20/25mm dia, river sand, cement,


M.S.flats, scotch lite strips (14 Nos) for each board,
fixing bolts and nuts, paint and all other miscellaneous
materials shall be supplied by the Contractor].
10_417 Supply and installation of magneto telephone handle Nos. 6178.00
type and supply and wiring of Ni-cad power pack 4V-
2.2AH with charger to work on 110VAC, at the station
house, LC Gate and top points.

[Magneto telephone handle type with Ni-cad power


pack 4V-2.2AH with charger to work on 110VAC, wire
PVC 16/0.2mm copper, and all other miscellaneous
materials shall be supplied by the Contractor.]
10_418 Fixing of Annunciator at SM's Room as required by Nos. 6596.00
Railways, wiring it as per circuit diagram and painting
of particulars. The work includes connecting 1 No. of
magneto telephone with Ni-cad power pack 4V-2.2AH
with charger to work on 110VAC and connecting the
annunciator to the different telephone circuits. The
particulars of the circuits and the ringing codes shall
be painted on the top of the annunciator box.

(Supply of annunciator is not included in this


schedule).

[Magneto telephone handle type with Nicad power


pack 4V-2.2AH with charger to work on 110VAC, wire
PVC 16/0.2mm copper, paint and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].
10_419 Installation and wiring of existing Way station Nos. 4333.50
equipment DTMF and control telephones. The work
involves fixing the released way station equipment on
the wall at an appropriate place in consultation with
Railway representative at site, wiring and
73

interconnecting the same with test panel, control


telephones and batteries.

(Supply of way station equipment, control telephones


and batteries is not included in this schedule).

[Wire PVC 3/0.75mm & 16/0.2mm copper, MS clamps


for fixing arrangements, PVC tubes 25mm dia for
interconnections and all other miscellaneous items
required for the work shall be supplied by the
Contractor].
10_420 Supply and installation of Signal post telephone with Nos. 9345.00
facility of paging and talk-back including voice
communication equipment with suitable switching
arrangement at the Signal post and at SM's room as
per specification enclosed in this document. This
includes drawal of tail cable through GI pipe 25mm
dia and 2 mtrs long duly clamped to Signal post with
bend as required at site, termination of tail cable at
one end in the apparatus case and other end in the
console. In the SM's room, console shall be fixed on a
table top. The wiring shall be done using wire PVC
16/0.2mm copper.

[Talk-back equipment complete including housing


box, wire PVC 16/0.20mm and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].
10_421 Excavation of pit and construction of masonry platform Nos. 2896.80
as per drawing No. SG/CN/02/12 with country bricks
of size 220mmx 100mmx60mm (app) at the foot of
signal post telephones as per the instructions of
Railway representative at site.

[Country bricks of size 220mmx100mmx60mm (app),


cement, river sand and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
10_422 Painting of existing boards like LEGEND boards, Nos. 682.50
warning boards, STOP boards etc., as per standard
practice and as per the instructions of Railway
representative at site.
(Supply of boards is not included in this schedule).

[Paint and all other miscellaneous materials required


for the work shall be supplied by the Contractor].
10_423 Alteration to existing Illumination diagram board. The Nos. 2094.00
work involves drilling of holes and fixing of LEDs and
wiring using wire PVC 16/0.2mm copper, removing the
unwanted LEDs and wires, closing the holes, and
74

carrying out painting alterations as per the instructions


of Railway representative at site.

[All materials required for this work shall be supplied


by the Contractor].
10_424 Supply and installation of yard layout diagram board in Nos. 9039.00
the station master's room. The board shall be made of
Phynolic synthetic industrial fibre base fine weave
cotton fibre board (matt finish) 6mm thick size
1800mm X 1200mm with aluminium channel frame.
The yard layout shall be neatly painted and fixed as
instructed by Railway representative at site.

[All materials required for the work shall be supplied


by the Contractor].
10_425 Provision of fire fighting equipments. The work Set. 30503.00
involves supply and installation of the following
equipments at places as instructed by Railway
representative at site.

a. Photo Electric Smoke Detector (similar to Vigilant


Model : DS-7001 of M/.s.Naveen Alarm Systems) - 8
Nos.
b. Two Zone Fire alarm panel (similar to Model : NSB
400 of M/s.Naveen Alarm Systems) - 1 No.
c. ABC 5 Kg. capacity stored pressure fire
extinguisher - 2 Nos.
d. Hooter to work on 24 VDC - 1 No.

Wiring shall be done using underground cable as per


the instructions of railway representative at site.
(Supply of underground cable is not covered in this
schedule.)

[Photo electric smoke detector, 2 zone fire alrm panel,


fire extinguisher, hooter and all other miscellaneous
materials required for the work shall be supplied by
the Contractor].
10_426 Supply of 2 pin socket - 5A with switch, fixing the Nos. 398.00
same on the hardwood plank available and extending
the 110VAC using wire PVC 3/0.75mm copper, in all
the apparatus cases, as per the instructions of
Railway representative at site.

[2 pin socket - 5A with switch, wire PVC 3/0.75mm


copper and all other miscellaneous materials required
for the work shall be supplied by the Contractor].
10_427 Testing and commissioning the entire signalling
installations jointly with the Railway representative at
site at the stations/ LC gates covered under various
75

schedules of the Contract, and ensuring that all the


signalling gears are installed and adjusted as per the
existing rules. The work also involves supply of
required number of bound registers with good quality
papers with all updated details of cable meggering,
relays, batteries, block joints, route cancellation, relay
room key entries, block instrument key, earth
resistance etc., and handing over to Railways.
(Supply of 'As mades' is not covered in this schedule).
a. Testing and commissioning of stations (upto 5 per 21018.75
roads) station
b. Testing and commissioning of stations (with more per 36725.25
than 5 roads) station
c. Testing and commissioning of LC gates per LC 8128.50
10_428 Submission of all relevent final `Asmades' of circuit per 206.55
diagrams, contact analysis charts, termination sheet
particulars of apparatus cases and cable termination
rack, power supply arrangements, relay index board,
cable plans, cable route plans, red boundary plans
and all other particulars covered under various
schedules. All 'As mades' shall be prepared by the
Contractor in AUTOCAD 2000 or latest and submitted
in CDs. One copy of the 'As mades' check print shall
be submitted before Testing the circuits. The final
negatives shall be made in tracing sheet (80 to 90
gsm). All 'As mades' except cable plan, cable route
plan, bonding diagram & power supply diagram shall
be prepared in A3 size. On approval the contractor
shall submit along with the negatives, 8 copies in
each, duly making booklet neatly bound. Out of 8 sets,
2 sets of drawings and other plans shall be kept in
transparent plastic cover (2 sheets back to back in
one plastic cover) and handed over to Railways. Also
the contractor has to supply one set of As mades in
'Reproduction Film'
.
The approved circuit diagram will be issued by
Railways in soft copy as well as two sets of hard
copies.
Wherever alterations to existing circuits are involved,
the existing as-made circuit diagrams will be supplied
by Railways either in CDs or RP film. The Contractor
shall incoporate the details of all the new wirings and
alterations in the CD/ RP film and submit them to
Railways. On approval 8 copies shall be made for As-
made circuit diagrams also as mentioned above.
10_429 Preparation of circuits, location diagrams, power
diagrams, cable plan, bonding plan etc in Auto Cad
200o or latest. The drawings shall be prepared in
A3/A2/U size as required by Railways. The hard
76

copies of the documents will be supplied by Railways.


The Contractor has to draw the drawings in Auto Cad
very carefully and submit one copy of check print
along with the soft copy in CD. The drawings shall be
checked and returned by Railways indicating
corrections if any. The corrections have to be made
and final copy submitted in A3/ A2/ U size as required
by Railways along with the final soft copy in CD. The
hard copy given by Railways have to be returned back
without any damage. The size of sheet given in the
unit column is for the hard copy given by Railways.
a. For preparationof softcopy from A3 size hard copy per A3 118.00
sheet
b. For preparation of softcopy from A2 size hard copy per A2 236.00
sheet
c. For preparation of softcopy from U size hard copy per mtr 837.00
of U
size
10_430 Designing of Signalling plan in AUTOCAD 2000 or
latest and submission of negatives in 80/90 gsm
tracing paper in 'U' size along with 2 copies and also
the soft copy in compact disks induplicate. First, 2 sets
of prints shall be supplied to Railways for checking.
One set will be returned by Railways to the contractor
for making corrections in AUTOCAD. The final
corrected drawings shall be supplied to Railways on
80/90 gsm tracing paper and 2 CDs.

[2 interlocked sidings will be considered equal for one


loop line]

(Approved permanent way plan will be supplied by


Railways).
a. for stations upto 4 roads per 5161.00
station
b. for stations from 5 to 8 roads per 9269.00
station
c. for stations from beyond 8 roads per 15302.00
station
10_431 Designing of circuits diagrams/ table of control in per 588.80
AUTOCAD 2000 or latest (including contact numbers sheet
on the circuit) and submission of negatives in 80/90
gsm tracing paper in 'A3' size along with 2 copies and
also the soft copy in compact disks induplicate. First, 2
sets of prints shall be supplied to Railways for
checking. One set will be returned by Railways to the
contractor for making corrections in AUTOCAD. The
final corrected drawings shall be supplied to Railways
on 80/90 gsm tracing paper and 2 copies of blue prints
and the soft copy in 2 CDs.
77

(Approved Signalling plan will be supplied by Railways


for preparing table of control. Approved table of
control will be supplied by Railways for preparing
circuits diagrams).
10_432 Supply and provision of E type lock with key for fixing Nos. 1266.00
the same in LC/HP/FP Locks/SM slides and painting
as per standard practice and instructions of Railway
representative at site.

(Supply of E type Locks, Keys, Paints, all types of


screws, bolts & Nuts and all other miscellaneous
materials shall be supplied by the Contractor).
10_501 Releasing of existing relay racks/ cable termination Per rack 1068.75
racks along with all the terminals, fuse blocks, relays,
with jacks, holding clips etc., 50 way boards,
terminals, connecting wires, cables etc., carefully
without causing any damage, accounting and stacking
them neatly at a place as instructed by Railway
representative at site. After releasing, the floor shall
be levelled and cement plastered.
10_502 Releasing of existing Route Indicators of different Nos. 833.25
types including tail cables, carefully without causing
any damage, accounting and stacking them neatly at
a place as instructed by Railway representative at site.
10_503 Breaking of concrete and releasing of STOP Nos. 854.25
board/Warning board/ LEGEND boards along with
rails, accounting and stacking them neatly at a place
as instructed by Railway representative at site. Also
the resultant pits shall be re-surfaced and
consolidating by ramming and levelling.
10_504 Releasing of existing point lay-out with facing point Set 1542.00
lock, split stretchers, electrical detector, lock
bars, point/trap indicators cranks, rods etc.,
carefully without damaging the materials,
accounting and stacking them neatly at a place as
instructed by Railway representative at site.
10_505 Releasing of hand plunger lock single/double Set 1291.50
along with switch extension pieces, stretcher bars,
point/ trap indicators and other fixtures carefully
without damaging the materials, accounting and
stacking them neatly at a place as instructed by
Railway representative at site.
10_506 Releasing of S.M's Control instrument upto 24 Set 2545.55
Slides, Illuminated Diagram, block counter and
other connected gadgets without any damage to the
materials, accounting and stacking them neatly at a
place as instructed by Railway representative at site.
10_507 Releasing of existing apparatus cases (Full/ Half/ Nos. 1625.25
Quarter size) without damage after releasing the
shelf planks, Terminal blocks, Fuse Blocks, Terminal
78

Boards, Relays of all types EKTs, Secondary Cells,


power equipments, 'E' type locks, etc., and breaking
the concrete foundation. After releasing, the resultant
pits are to be closed and consolidated by ramming
and levelling. The released materials shall be
accounted and stacked at a place as instructed by
Railway representative at site.
10_508 Breaking of concrete and releasing the existing cable Nos. 1083.75
termination boxes, after releasing the base plank,
Terminal blocks, Fuse Blocks, Terminal Boards, cut
rails, pipes, etc., closing the resultant pits and
consolidating it by ramming and levelling. The
released materials shall be accounted and stacked
neatly at a place as instructed by Railway
representative at site.
10_509 Releasing of existing SM's control panel including Set 2841.75
base plank, and other gadgets connected very
carefully without causing any damage to the panel,
acounting and stacking them neatly at a place as
instructed by Railway representative at site. The
resultant pit in the flooring shall be removed of all
cable bits, levelled and cement plastered.
10_510 Dismantling and releasing of existing Colour light Nos. 1666.50
Signals complete (upto 4 aspects) with or without
Route Indicators, calling on signals, shunt signals
etc., carefully without any damage to the gadgets,
accounting and stacking them neatly at a place as
instructed by Railway representative at site. The
work includes breaking the concrete foundation,
closing the resultant pit and resurfacing it by
ramming and levelling.
10_511 Dismantling and releasing of existing Point machines Nos. 1458.75
(all types) including ground connections and other
accessories available complete without any damage
to the gadgets, accounting and stacking them neatly
at a place as instructed by Railway representative at
site.
10_512 Dismantling and releasing of ground lever frame along Set. 3000.00
with all connected gadgets like lever locks, `E' type
locks, HP locks, etc., accounting and stacking them
neatly at a place as instructed by Railway
representative at site. The work also involves breaking
and removal of concrete foundation and the resultant
pit shall be filled and consolidated by ramming and
levelling.
10_513 Releasing of Secondary cells and battery stands Set 2916.75
available in the battery room along with connecting
strips, wires and terminal boxes carefully without
causing any damage to the batteries, accounting and
stacking them neatly at a place as instructed by
79

Railway representative at site. After releasing any


holes in the walls/ flooring shall be filled with cement
mortar and plastered.
10_514 Releasing of existing Block Instruments (all types), Nos. 958.50
Block counters, batteries, block filter, block bell
equipment etc., carefully without any damage,
accounting and stacking them neatly at a place as
instructed by Railway representative at site.
10_515 Releasing of point rods with rod roller trestles,
complete assembly. This includes releasing of all
cranks, compensators and 'A' type concrete
foundation on the rod run. The resultant pits are to be
covered with earth and consolidated by ramming and
levelling.
a. Releasing of tressles 1/2 way Nos. 46.65
b. Releasing of tressles 3/4 way Nos. 63.30
c. Releasing of point roddings Per 7.95
Rod/Mtr.
d. Releasing of 'A' type foundations Nos. 341.70
10_516 Releasing of all the S & T gadgets at LC gates like Set 5166.00
SM slide instruments, illuminated diagram board,
block counter, termination box, telephones,
emergency key box, etc and concerned wiring,
accounting and stacking them neatly at a place as
instructed by Railway representative at site. After
releasing any holes on the walls/ floor are to be filled
with cement mortar and plastered.
10_517 Releasing of existing ground type shunt signals along Nos. 1187.25
with surface base, signal post etc carefully without any
damage, accounting and stacking them neatly at a
place as instructed by Railway representative at site.
The work also includes breaking and removal of
concrete foundation and refilling of the resultant pit by
ramming and levelling.
10_518 Releasing of existing TLD boxes with stumps and Nos. 86.10
terminals after releasing all the bond wires. The
released materials shall be accounted and stacked
neatly at a place as instructed by Railway
representative at site.
10_519 Releasing of all power equipments including Set 6832.50
equipment stands, terminal boards, power panel etc.,
in the power room carefully without causing any
damage to the equipments after disconnecting all the
supply wires. The released equipments shall be
accounted and stacked at a place as instructed by
Railway representative at site. After releasing any
holes in the walls/ flooring shall be filled with cement
mortar and plastered.
10_520 Releasing of existing control equipments - complete Set. 3249.75
including way station equipments, telephones, power
80

supply for way station equipment and telephones,


along with all wiring, accounting and stacking them
neatly at a place as instructed by Railway
representative at site.
10_521 Transportation of Signalling materials by road as per
the instructions of Railway representative at site. The
work also includes loading and unloading of the
materials.
a. Transportation upto 100 Kms. per ton. 12.30
Km.
b. Transportation more than 100 Kms. per ton. 7.52
Km.
10_522 Engaging mechanical excavators like JCB or other per hour 650.00
machineries for regarding and levelling the formation,
dismantling any infringing structures, clearing and
removing debris etc., with all leads and lifts etc.,
complete and as per the instruction of Railway
representative at site.

****
81

CHAPTER – III

TECHNICAL SPECIFICATIONS OF WORK

1. Cable laying
2. Erection of apparatus cases
3. Main signals
4. Shunt signals
5. Track circuits
6. Point machines
7. Cable termination rack (FTOT)
8. Relay room
9. Erection and wiring of control panel
10. Interconnections
11. Power supply arrangement
12. Installation of secondary cells at battery room/ location
13. Block instruments
14. Installation of distilled water plant
15. Installation of SM’s slide instrument at station/LC gate
16. Supply and installation of solar panel
17. Erection and wiring of LC Control Panel Cum illuminated diagram
18. Interlocking of level crossing gates
19. Installation of stand-by diesel generator set
20. Installation of diagnostic panel
21. Electric key transmitter at station house
22. Interlocking of siding points/trap points
23. Fixing of facing point lock
24. Fixing of electrical detector
25. Telephones
26. Provision of teak wood key box and tool box
27. Erection of boards with legends/goods warning boards
28. Earthing
29. Provision of locks
30. Painting
31. Non-interlocked signalling arrangement
32. Installation of data-logger
33. Releasing of S&T gears
34. Transportation of serviceable materials
35. Procurement of cement
36. Wires to be used in S&T installation
37. Testing & commissioning including ‘AS Made’
38. Designing of circuit
39. Procedure for initial charging of secondary cells

****
82

DETAILED TECHNICAL SPECIFICATIONS FOR CARRYING OUT


SIGNALLING WORKS

0.1 The detailed specification for the works which are to be carried out by the
contractor are as stipulated hereunder:-

0.2 The work shall be carried out according to the drawings approved by the
Railways and shall conform to the provision in Signal Engineering Manual and
Schedule of Dimensions. The contractor shall be solely responsible for the
proper execution of the work as per specification.

1.0 CABLE LAYING:-

1.1.1 CABLE TRENCH:-

Excavation of cable trench shall be made in all kinds of soils including


clearing roots of trees, rocks bushes etc., to a depth of 1.0M/1.65M and a
width of 0.3M/ 0.5M as required, for laying cables. Trenches shall be
straight as far as possible and steep angles shall be avoided. Alignment of the
main cable route as well as track/ road crossing will be given by Railways.
While taking the trench, all the roots of trees, bushes, rocks, if any, should be
cleared. The bottom of the trench shall be leveled and got rid of any sharp
materials. Proper protection to cables to be given while crossing power
cables, pipe lines, etc., as required by Railways.

a. Signalling/power cables will be laid as close to the track as possible. The


cable, track separation distance both within station limits and in the block
section shall generally not exceed 6 Meters.

b. It is desirable that the excavation of trenches is not done in long lengths


and does not remain uncovered overnight. It is preferable that trenches are
dug, cables laid and refilling done on the same day.

c. The contractor who supervises the excavation work shall have the shoring
materials ready on hand so that on banks where ashes or loose materials are
encountered, shoring can be adopted.

d. During excavation, the earth of the trenches should not be thrown on the
ballast. The earth should be thrown by the side of the trenches away from the
track. Plastic sheets/gunny bangs may be used wherever necessary to cover
the ballast.

1.1.2 In RE area the following clear distances shall be maintained between the
signalling cables and the OHE mast or other structures likely to develop high
potentials or switching stations earth.

a) Minimum distance between the signalling cables and OHE masts or other
structures likely to develop high potential or switching stations earth.
83

DEPTH OF CABLE DISTANCE (Metres) REMARKS


(Metres)
Upto 0.5 1.0 Provided cable is laid in
0.5 concrete pipe/DWC pipe
More than 0.5 3.2 for 3M on either side of
the mast/structure

b) Minimum distances between signalling cables and OHE mast or switching


station earth.

DESCRIPTION DISTANCE (Metres) REMARKS


Switching station viz., 5.0 Provided cable is laid
feeding posts, sectioning 1.0 in concrete pipes/DWC
post or sub-sectioning pipe.
post
Earth, OHE mast or sub- 1.0
station earth

1.2.1 LAYING OF CABLES:-

Before the cables are laid, a visual inspection of cable shall be made and it
shall be tested for insulation and continuity of the cores. The insulation
resistance of a new cable shall not be below 500 M.Ohms per Km. at 20 deg
C. The cable insulation should be measured using a 500V insulation Tester
(Megger). If there is wide disparity between insulation of different conductors,
the condition of the cable should be thoroughly checked before permitting its
use. Bedding and armouring shall be inspected to see that there has been no
damage during transit or in storage. In case where the wheels are not
available or the area is not convenient for rolling the wheels, along the routes,
the drum shall be mounted on the axle at one end of the trench and cable
payed out. It should be carried out by adequate number of men, ensuring that
the insulation of the cables is not damaged and no kink/twist is formed. In no
case shall the drum be rolled on the road for laying of cables and the cable
dragged on the ground for laying purposes. The cables shall be laid gently
into the trench and not thrown out under any circumstances. Before laying of
cable in the trench, a visual inspection shall be adequate for any damage or
defect throughout its length. Normally cable laying should be commenced only
after the relay room and apparatus cases, cable termination box on the route
at the respective stations are ready and the cable should be duly brought
inside at the relay room/apparatus cases immediately after the cables are laid,
however, if for any reasons the cable is be laid in advance, special care
should be taken to ensure that the coiled cable near the relay
room/apparatus cases is fully protected before and during the construction
of the relay room/apparatus cases and during final termination. The coiled
cable shall be buried well in the ground such that the depth from the
ground level to the top layer of the coil shall not be less than 1 M and shall
be fully covered with a layer of bricks horizontally in its entire length and
84

provided with adequate number of the cable markers. On no occasion, the


ends of the cable should be left unsealed unless terminated properly.

1.2.2 Cable laying shall commence after the depth and width of the cable trench,
quality of bricks are jointly inspected by Railway Engineer's representative
and contractor's representative and approved.

1.2.3 PLACING OF CABLES:-

When several cables of different types have to be laid down in the same
trench, they shall be as far as possible in the following order starting from the
track side.

i) Telecommunication cables.
ii) Signalling cables.
iii) Power cables.

1.2.4 Cable shall not be normally taken over the running track at the time of cable
laying by the contractor as this is likely to cause accident to trains and
damage to cables. If at any time the cable has to be taken across the track
either in full drums or in spread out conditions it shall be done only in the
presence of Railway's Supervisory staff and also after safety precautions
have been taken to post flagmen on all the sides as may be required to
stop any trains approaching the site of the fouled line.

1.2.5 At each end of the main cable/tail cable/power cable an extra coil length of 6
to 8 Metres should be kept.

1.2.6 At the time of commissioning of the cable, the insulation values of the cable
should again be checked and the value obtained shall not be below 500
Meg.Ohms per Km at 20 deg.C. If there is wide disparity between insulation of
different conductors, the condition of the cable should be thoroughly checked
before permitting its use. The reading shall be recorded in a register based
on Annexure `C' for all power cables, main and tail cables.

1.2.7 The contractor shall furnish the final as made cable plan and cable route plan
and in R.P film with eight prints showing the distance of cables from the
nearest track centre.

1.2.8 LAYING OF CABLE IN RCC DUCTS:

Cable laying in RCC ducts shall be as per schedule in Vol-I.

1.3 PLACING OF BRICKS:

1.3.1 One layer of country bricks of size of approximately 220mm x100mmx60mm


shall be placed closely in breath-wise horizontally in the 1m X 0.3m
trench over the cables. Two rows of country bricks of size of approximately
85

220mm x100mmx60mm shall be placed closely in breath-wise


horizontally over the cables in the 1m X 0.5m trench.

1.3.2 SEPARATION OF POWER CABLES:-

The signalling cable shall be separated from the power cable carrying 230V or
above by a row of bricks placed vertically lengthwise between them wherever
required.
1.4 RE-FILLING THE CABLE TRENCH:

After the bricks are placed over the cable without any gap between two bricks
properly, the excavated earth, shall be again put up in the trench. It shall be
ensured that there are no stones or any sharp materials present. The refilled
earth shall be consolidated and extra earth also shall be placed on the
trench to compensate the shrinkage and consolidation of earth.

1.5 TRACK/ROAD CROSSING/MECHANISED OR METALISED ROAD:

1.5.1 Wherever signalling/power cable has to cross the track/road it shall be


ensured that:

I. The cable crosses the track/road at right angles.

II. The cables do not cross in between or inside points and crossings.

III. The track/road crossings to be carried out as per the instructions of Railway
representative at site.

1.5.2 In case of track crossing, work includes removal of ballast, excavation of


trench 1m/0.5m below the ground level and across the track at places
indicated by the Railways and covering, resurfacing the trenches and ballast
to the original condition after placing RCC pipe/pipes in position.

1.5.3 RCC Pipes 100mm I.D & 150mm O.D or DWC pipe, shall be provided for
track/ road crossings. For each track crossings two numbers of RCC pipes
with collar each 2M long shall be provided. For each road crossing required
number of RCC pipes each 2m long with collar shall be provided depending
upon the width of the road.

1.5.4 In cases where more than one RCC pipe is used, the bottom-most RCC pipe
should be 1m below the bottom surface of sleeper for track crossing and road
level for road crossing.

1.6 CABLE LAYING ON BRIDGES:-

On bridges, the cables are to be laid through GI Pipes 50mm dia- 3.65mm
thick/100mm dia-4.5mm thick/DWC pipe with off-set both ends and with
coupling wherever required as per Railway requirement. The pipes shall be
86

suitably supported over the bridges/drainage/culverts with brick masonary


works of size 300x300x300mm at an interval of 2M in box type bridges and
suitable MS clamps at an interval of 1M in Girder bridges. The end of pipes
will be closed with brick masonary abutments of size 0.5mx0.5mx0.5m

1.7 CABLE LAYING ON PLATFORM:

The work includes removing/breaking of existing RCC slabs on the Passenger


Plat form, trenching to a depth of 0.6m to accommodate the additional cables
laid, covering the trench after the cables are laid, replacing the slabs
removed or re-plastering with cement mortar and restoring to the original
condition as per the instructions of Railway Representative at site.

1.8 CABLE LAYING IN ROCKY AREA:

In Rocky area, Cable Laying using GI pipe shall be done as per the
description prescribed in schedule no SOR 10-110.

1.9 Wherever the cable coil pits are required to be provided, the cable coil pit
shall be excavated to a size of 1.5mx1.5m and a depth as instructed by
railway representative at site in rear of Relay room/AFTC huts, location
boxes etc. After all the cables are drawn and coiled, over the coiled cable
one layer of country bricks of size 220mmx100mmx60mm shall be placed
throughout entire area of the bottom of the pit without any gap and then
refilled with earth and consolidated.

1.10 PROVISION OF RCC CABLE MARKERS:-

The work involves supply of RCC cable markers as per drawing


No.CSTE/CN/OFC/1. The lettering on the cable marker shall be "SIG" /
"TELE" / "OFC" as per the instructions of Railway representative at site,
digging of pit to a depth of 800mm of size 300mmX300mm, casting of
concrete foundation of size 300mmX300mmX300mm and placing of RCC
cable markers on top of the foundation and refilling the pit and consolidating it
by ramming. The cable markers shall be provided at an interval of 20 Mtrs.
within station limits and 50 Mtrs. outside station limits throughout the cable
route, diversions and also at every track/road/crossing.

2.0 ERECTION OF APPARATUS CASES:-

2.1.1 The work consists of pit excavation, casting foundation with bolts of adequate
size having cement concrete of ratio 1:3:6 as per:-

i) Drg.No. SG/CN/02/6 (Apparatus case full size)

ii) Drg.No. SG/CN/02/7 (Apparatus case half/ Quarter size)

iii) The position of apparatus case will be indicated by Railways.


87

2.1.2 Two `E’ types locks on the doors of full size apparatus case and one `E’ type
lock on the front door for half size apparatus cases shall be firmly fixed and
tested with `E’ type key . Locking and unlocking shall be smooth with least
force. Suitable fixing arrangements for `E’ type lock on the door of apparatus
case shall be fabricated by the contractor, if such arrangements does not
exist. One hard wood shelf plank 37mm thick, planed and varnished shall be
firmly fixed for all types apparatus cases/ battery boxes. Also latching
arrangement for the back door shall be provided, if required.

2.1.3 All the apparatus cases (Full/Half/Quarter) are to be painted with Aluminium
on the outsides and the location numbers are to be painted in 'Bold' letters.

2.2 CABLE TERMINATION BOX FOR CABLE THROUGHING, POINT


MACHINE:

2.2.1 Excavating earth and casting concreted foundation as per Drg.No.


SG/CN/02/8 and C.T. boxes are to be erected on Rail vertically by using
suitable size of bolts and nuts. The cables shall be taken through 2 Nos. of
G.I. Pipes of size 32mm inner dia and 300mm length fixed at the bottom of the
CTB with suitable fixing arrangements. It shall be ensured that there should
be no break in the cable core during the process of taking the cables through
pipes.

2.2.2 In case of CTB for Point machine, one no. of GI pipe 150mm long shall be
fixed at the side of the CTB for drawal of jumper wires from point
machines/lever locks with proper fixing arrangements. The CTB should be
provided with EWS lock.

2.2.3 CT Box shall be painted with Aluminium paint and rails with black paint. The
circuit particulars shall be painted neatly on the CT Box cover and the location
number have to be painted in ‘BOLD’ letter.

2.3. SHIFTING OF APPARATUS CASES/ CT BOXES:

The work consists of excavation of pit around the existing apparatus cases
full/ half size and CT boxes, shifting of the location box along with foundation
clear of infringement from the track. The pit shall be excavated with maximum
care to avoid any possibility of damage to the existing cables. The location
box shall then be shifted carefully along with the foundation and cable
termination, equipments etc., without disturbing the wiring. While shifting
apparatus cases of full size, the brick wall covering the cables shall be broken
before shifting the location box. After the location box is shifted, brick
masonary walls shall be constructed on the front and back sides of the
location box foundation. River sand shall be filled upto to the floor of the
location and the bottom shall be sealed with sealing compound.
88

2.4. CABLE TERMINATION IN APPARATUS CASES/CTB’s:

2.4.1 At each apparatus case/CTB, the work consists of fixing all cables, fixing of
Phynolic synthetic industrial fibre base fine weave cotton fibre sheet - 6mm
thick to IS specification 2036 - 1995 - Type board along with terminal blocks
and termination of cables/cores (conductors) using PVC/Nylon sleeves.

2.4.2 The underground signalling cable-main, tail and power shall be properly
secured by wooden clamps of 50mm x 50mm teak wood inside apparatus
case on 25mm x 100mm base plank. The cables shall be neatly skinned duly
mending and taping of cable ends for termination bunched and terminated
on the terminal board at the required place in order as per approved
apparatus case circuit diagram. All the aluminium power cables of size 10
Sq.mm and above shall be provided with Aluminium lugs using crimping tool
of appropriate size.

2.4.3 Railway will indicate approximate total number of cable core, terminations
to be made in the apparatus cases/cable termination boxes. The
contractor shall fix Phynolic synthetic industrial fibre base fine weave cotton
fibre sheet - 6mm thick to IS specification 2036 - 1995 - Type F5 sheet as
required by Railway. Terminal blocks with links, fuse blocks with fuse shall be
fixed on the terminal board pertaining to each apparatus case and cable
termination box using proper size of wood screws. Two suitable holes shall be
made on either side of terminal block and fuse block for bringing cable for
termination. The contractor shall prepare cable termination and wiring details
of apparatus cases and C.T. boxes and obtain the approval of the Railway
Engineer before execution as per the approved cable plan. Termination of
main cables, tail cables, power cables, core/cores shall be made at the proper
terminal as per approved wiring diagram pertaining to each apparatus case
and C.T. Boxes. Before final termination, each cable shall be tested for
continuity, insulation etc. and readings recorded and jointly tested and
signed.

2.4.4 As per site conditions, the termination of new cables may be required on the
existing terminal blocks or by fixing new terminal/fuse blocks in old apparatus
cases which shall be done as per approved circuit diagram wherever required.
The terminal particulars are to be re-painted or corrected on the doors of
apparatus cases as instructed by Railways. Suitable clamping arrangements
have to be made for the new cables and also the bottom the opening of the
apparatus cases shall be closed with masonary brick work and sealed with
cable compound.

2.4.5 After fixing all the signalling cables inside the apparatus case, the side
opening shall be closed with masonary work and plastered. The inner side is
filled with Sand and finally the bottom is sealed with sealing compound.

2.4.6 All the underground cables shall be provided with punched name plates
showing total no. of cores, cross section of each core, Aluminium or copper
89

conductor and from and to details etc. and also painted inside each
apparatus case.

2.4.7 The contractor shall submit final `As made' details for each apparatus case
and C.T. box in R.P. Film duly signed. As made shall also show the position of
various equipment fixed in each CT Box, apparatus case and battery box,
cable details, from and to etc. PVC/NYLON sleeves shall be provided on each
cable and cable core number and name of circuit shall be painted on them.

2.5 WIRING OF SIGNALS/LC GATE CONTROL/TRACK CIRCUIT/POINT


CONTROL RELAYS IN LOCATIONS:

2.5.1 Relays, Plug in type HMUs, transformers, heavy duty contact relays and
other gadgets controlling the above functions shall be firmly fixed on suitable
relay frames using MS Angles of size 25mmx25mmx6mm and MS Flats of
size 25mmx6mm inside respective apparatus cases. The MS relay frame
shall be painted before fixing. Laminated Termite Proof Particles board of
25mm thick of requisite size shall be fixed in side the apparatus case for fixing
Resistance and Electrolytic condensers. In case of shelf type relays, the
relays shall be mounted on shelf planks with suitable anti-tilting arrangement.
If plug in type relays are used, 16/0.2mm flexible copper wire shall be
used for wiring. For shelf type relay and point motor circuit, 3/0.75mm copper
wire shall be used. There shall be no joint in the wire. For soldering the wire to
relay clips of Plug-in-type relays in relay racks, best quality rosin core solder
shall be used. The complete wiring shall be tested jointly and linked to tail
cable.

2.5.2 The description of all relays, fixed in each apparatus case shall be painted
inside apparatus case doors. PVC/Nylon sleeves shall be provided on each
wire before termination on terminal block. The name of the circuit and wire
where connected shall also painted on the sleeves.

2.5.3 Wire should be soldered to relay clips and suitable copper eyelets crimped
with crimping tools shall be adopted before the termination. The wiring
and termination shall be carried out as per the approved circuit diagram. The
relays details shall be painted. PVC/Nylon sleeves shall be provided for each
wire before termination and the details of circuit and where the wires
connected etc., shall be painted on the sleeves. The complete wiring shall be
tested.

2.6 ALTERATIONS TO PAINTING PARTICULARS AT LOCATION BOXES:

Consequent to introduction of new circuits or alterations to existing circuits in


apparatus cases/CTB, new nomenclature should be painted on the cable
sleeve. And also the new particulars should be painted on the inner side of
the doors at apparatus cases/CTB.
90

2.7 FILLING OF EARTH AROUND LOCATIONS:

The work consists of filling of earth around the foundations of signals and
apparatus cases for a width of 0.5m on all sides from 150mm below the
foundation top to ground level. The earth shall be consolidated after filling.

3.0 MAIN SIGNALS:

3.1 CASTING OF COLOUR LIGHT SIGNAL FOUNDATION:

3.1.1 The work includes excavation of pit and casting of colour light signal
foundations with M.S foundation bolts as per Drg.No. SG/CN/02/9. The
position of signals will be indicated by Railways.

3.1.2 The foundations are to be plastered on all sides. Necessary earth work, shall
be made around the signal foundation and sufficient earth work shall be
made up to the required level in the normal terrain and the cable entries
shall be closed as per the instructions of Railway Representative at Site.

3.2 ERECTION AND WIRING OF SIGNALS:

3.2.1 Signal pole shall be securely fixed to surface base and erected on signal
foundation and plumbed. The gap between the signal pole and surface base
shall be filled with suitable putty to avoid tilting. Soon after installation, the
pole shall be painted with two coats of Aluminium paint after a coat of primer
and the signal unit shall be provided with two coats of black enamel paint.

3.2.2 Multi unit colour light signals up to 4 aspects shall be properly mounted on the
top of signal pole where there is no route indicator. If there is route indicator a
large off set bracket shall be fixed firmly with 2 nos. of `U' bolts 3/4" thick on
the signal pole for mounting multi unit colour light signals. One 22mm through
hole shall be drilled on signal pole just below the off set bracket and a 20mm
through bolt shall be the provided to prevent offset bracket from sliding down.

3.2.3 Signal ladders with platform complete fittings, cast iron shoe and adequate
number of support to suit signal pole 3.6/4.6m, shall be firmly fixed clear of
infringement with suitable bolts and nuts and painted in black. The ladder
shoes shall be concreted. This work also includes fixing of marker boards,
enamelled number plates with suitable clamps at the required place. Speed
board if any, shall be fixed on the pole with proper clamp clear of infringement
as required by Railways.

3.2.4 Signal tail cable shall be taken through the signal pole without damaging
insulation and armour, skinned and terminated on signal units. If the signal
units are mounted on large offset brackets a vertical slotted hole of
50mmx50mm in size shall be made on signal pole for taking signal tail cable.
Suitable protection shall be provided on the slotted hole to avoid damage to
91

insulation of cable. Necessary lenses guard shall be provided for CLS/ Route
Indicator/ Calling-on signal.

3.2.5 This work includes fixing of filament switching units, Triple pole double
filament lamp holders in each aspect of Colour Light Signal Unit and wiring
lamp circuit between Signal Transformer and Signal Aspect as per the
approved circuit diagram. The Signals shall be focussed for correct visibility
after fixing the Signal lamps. The unwanted aspects shall be blanked using
MS sheets of 3mm thick.

3.2.6 All the multi unit colour light signals shall be wired with 3/0.75mm copper wire
and terminated. For each aspect 2 separate wires shall be used from the
terminals and the wiring shall be tested jointly. The signal shall be focussed
in day time and at bright light at 90% of rated voltage. The outside `V' cut
prism section shall be correctly fixed to the respective track side for
close up visibility to drivers.

Note: Wherever LED aspects are required to be provided, fixing of CLS


transformers, filament switching units, lenses, lens guards, holders and
wire mesh are not necessary.

3.2.7 BLANKING ARRANGEMENTS FOR SIGNALS:

In case of signals with a horizontal clearance between 2.21m and 2.36m (in
B.G) from the nearest track center, blanking arrangement shall be provided.
MS plate not less than 8mm thick, 30cm length shall be fixed on the ladder at
a height of 6.3 feet from the rail level. The end portions of the plates should
be folded and made smooth so that it will not harm the person climbing the
ladder. This plate shall be painted with black.

3.2.8 The signals shall be properly earthed in RE area only.

3.2.9 Necessary wooden cross shall be fixed on the newly erected signals before
being brought into use.

3.3 ROUTE INDICATORS:-

All types of Route Indicators shall be mounted on the top of signal pole firmly.
Necessary lens and guarding shall be provided as required by Railways. The tail
cables for route indicators shall be taken through signal pole without any damage
to the insulation and armour, skinned and terminated on route indicators. Route
indicators shall be wired with Wire PVC 3/0.75mm copper as per the
approved circuit diagram. Hoods shall be fixed properly and examined during
day time and if required extension of hoods shall be made to have proper
visibility. The route indicator lamps shall be fed at 90% of rated voltage and
focussed in bright day light. The route indicators shall be painted as required by
Railways.
92

3.4 CALLING - ON SIGNALS/’A’ MARKER LIGHTS:-

Calling on signals/’A’ marker shall be fitted on the signal posts at required


height using off-set bracket. Suitable hole shall be drilled on the signal poles
to bring the cable/jumper wires. The cable/jumper wires shall be taken to
calling on signal/ ‘A’ marker through suitable steel hose pipes and wired by
using 3/0.75mm copper wire. The calling on signals shall be provided with `C'
marker and ‘A’ for ‘A’ marker. Number plates to be fixed and painted as per
the standard practice in this Railway. The calling on signals/’A’ marker, shall
be energised at 90% of the rated voltage and focussed.

3.5 REPLACING THE TAIL CABLES IN SIGNALS:

Wherever necessary the existing tail cables shall be released from the
existing signals and new tail cables shall be drawn to the aspects and
terminated. The termination particulars shall be painted.

3.6 SHIFTING OF SIGNALS:

Wherever required the existing Colour Light Signals shall be shifted to clear
any infringement from the tracks as instructed by Railway representative
at site. The earth surrounding the foundation shall be excavated and the
cable coils shall be loosened very carefully without causing any damage to
the cables. The Signal shall be moved along with the foundation slowly to the
new position and earthwork shall be done around the foundation. The
loosened cables shall be buried at 1m depth.

3.7 REPLACEMENT OF SIGNAL UNITS:

The existing CLS units shall be removed from the signal post duly
disconnecting the cables and new signal units (required as per signalling plan)
shall be mounted on the existing signal pole. The tail cable is to be terminated
and the signal aspect shall be wired by providing FSU, Lamps, etc. /LED and
focused. If there is any blank aspect, the same shall be covered with round
MS plate. Lens guard should be provided to the new CLS unit and painted.

3.8 SCREENING ARRANGEMENTS:

For the Colour Light signals in RE area which are coming in the infringing
zone, screening arrangement shall be provided as required by Railways. The
screen made of MS wire-mesh will be fixed on MS angles of size 25x25x6mm
with suitable fixing clamps, bolts and nuts and finally painted with black.

4.0 SHUNT SIGNALS:

4.1 POSITION LIGHT GROUND TYPE SHUNT SIGNAL:

4.1.1 The work involves excavation of pits and casting of shunt signal foundations
as per Drg.No. SG/CN/02/10. The position of shunt signals will be indicated
93

by the Railways. Foundation for shunt signals shall be casted with cement
concrete in the ratio 1:3:6 using stone jelly of size 20/25mm. The foundations
are to be plastered on all sides. Necessary earthwork shall be made for each
position light shunt signals as required by the Railways.

4.1.2 The position light shunt signal shall be properly mounted and plumbed.

4.1.3 The cables are to be taken through the unit, skinned and terminated. The post
type/Ground type shunt signals shall be wired with 3/0.75mm copper wire and
terminated and the wiring shall be tested jointly. The shunt signal shall be
focussed in day time and at bright light at 90% of rated voltage.

4.1.4 This work includes fixing of lens guard and number plates. The post shall be
painted with Aluminium while the signal unit and surface base with black
enamel paint.

4.1.5 The CLS units, Route Indicators, Calling-on signals, position light shunt
signals post type and ground type shall be provided with EWS locks.

4.2 POST TYPE SHUNT SIGNAL:

Small off-set bracket shall be firmly fixed with `U' bolts of suitable size on
signal pole for mounting Post type shunt signals. One 22mm through hole
shall be drilled on signal pole just below the off set bracket and a 20mm
through bolt shall be the provided to prevent offset bracket from sliding down.
A vertical slotted hole of 50x50mm in size shall be made on signal pole for
taking the signal tail cable. Suitable protection shall be provided on the slotted
hole to avoid damage to insulation of cable. The cables are to be taken
through the unit, skinned and terminated. The post type/Ground type shunt
signals shall be wired with 3/0.75mm copper wire and terminated and the
wiring shall be tested jointly. The shunt signal shall be focussed in day time
and at bright light at 90% of rated voltage. This work includes fixing of lens
guard and number plates. The post and signal unit shall be painted with
Aluminium and enamel black respectively. One EWS lock shall be provided
for the signal.

5.0 TRACK CIRCUITS:

5.1 INSTALLATION:
5.1.1 The work includes drilling of holes, bonding of rail joints with 8 SWG GI soft
solid wires. 7.2mm holes are to be drilled close to Fish Plates on the web of
rail and the bond wires are to be fixed by driving channel bond pin tightly.
Two bond wires are to be provided for each joint in parallel. One bond wire
clip is to be provided for each joint to keep the bond wire intact. In point track
circuit, parallel jumpers/ bond wires/cables shall be provided as required by
the Railways with proper supporting arrangements.

5.1.2 Four TLD boxes, two each at track feed end relay end shall be fixed clear
94

of infringement and the respective track circuit tail cables 2 x 2.5 sq.mm
PVC copper conductor from the apparatus case shall be terminated in
these boxes. In Point zones additional TLD boxes shall be provided for
parallel jumpers as per the instruction of Railway representative at site. The
connection from the TLD boxes to the rail should be through 8 SWG GI
soft solid wire which should be taken through PVC sleeve if required and
fixed to the rail both at feed and relay ends. The GI Wire should be clipped
on to the sleepers to prevent shorting with rails.

5.1.3 Wherever glued joints are not provided, Rail Joint insulation RDSO type shall
be provided with long bolts and nuts at places marked by Railways. In case of
point zone track circuit, necessary insulation shall be provided for switch
extension pieces/‘D’ brackets, throw bar lugs, gauge tie plates, crossing
plates, stretcher bars, etc., as per site conditions and fixed by the
contractor in the presence of Railway representative. Only non insulated
gauge tie plate/crossing plate/stretcher bar for the above work will be supplied
by Railways. Contractor shall use proper 10mm thick MS flat, bolts and nuts
for insulating them. All the insulation shall be tested jointly. Wherever the
rodding crosses track circuit zone, it shall be provided with rod joint insulation
and tested.

5.1.4 Polarity bonding in each point track circuits shall be provided using 8 SWG
soft wire, insulated and clipped on to sleeper. Parallel bonding shall be done
wherever required. In RE area transverse bonding should be provided at both
feed and relay ends by connecting 2GI 8SWG wire across the block joint as
per the bonding plan.

5.1.5 Track circuit work includes fixing of track feed and track relay equipments in
the apparatus cases as indicated by the Railway. The shelf type track relay
shall be provided with suitable anti-tilting arrangement. Track relay details
shall be painted on the inner side of the apparatus case door. Suitable flexible
copper wire shall be used for wiring the track relay, track feed equipment,
batteries, chokes, etc. and finally terminated at the terminal block. For each
track circuit, secondary cell 80 AH shall be charged and installed in the
apparatus case. The no. of cells and chokes to be used for each track circuit
will be as per the following table:

APPLICABLE TO PLUG-IN-TYPE TRACK RELAYS:

LENGTH OF NO. OF CELLS NO. OF CHOKES


TRACK CIRCUIT (2.2V ) (IN RE AREA ONLY)
Upto 450M TWO ONE
450M to 700M THREE TWO
Above 700 M FOUR TWO

5.1.6 The secondary cells shall be charged by the contractor through reputed
agencies. The charging of secondary cells shall be done as indicated under
Item No.39.
95

5.1.7 All the TLD boxes shall be painted and Track Circuit numbers along with feed
end or relay end particulars shall be neatly painted as required by Railways.

5.2 ALTERATIONS TO TRACK CIRCUIT:

5.2.1 Alterations to the existing track circuits involves by shifting the Feed end
equipments/ Relay end equipments/block joints and installing them at a
different locations and re-wiring them.

5.3 After completing the installation/alteration of track circuit, it shall be energised,


tested, adjusted and readings recorded in track test record.

6.0 POINT MACHINES:

6.1 INSTALLATION OF POINT MACHINES

6.1.1 Electrically operated point machines shall be fitted in level to all facing points
as per standard drawing on long sleepers on extended gauge tie plate, clear
of infringement.

6.1.2 The point machine shall be installed after cleaning the machine (both inside
and outside) and greasing/oiling all the moving parts. The point machines
shall be hand operated, detection and motor controlling contact adjusted
before taking to site. All unwanted openings shall be covered with MS
Sheets.

6.1.3 The point machines shall be fixed with proper size of bolts and nuts and
flat/spring washers with correct size of holes on special sleepers to avoid
lateral play.

6.1.4 All point connecting rods shall be connected to point machines as per
standard layout/drawings without any strain and with minimum offset. All
connecting rods shall be in level and correct size of pins shall be used to
avoid longitudinal play. Any changes in the connecting roddings during
installation which necessitates welding and off sets shall be carried out by the
contractor at site. The welding shall be by smithy process. Lengthy roddings
shall be supported suitably.

6.1.5 All the wooden sleepers on which the point machine is installed shall be
strapped on both side with 2"x3/4" MS strap. Necessary holes [22mm] be
drilled on the strap and 20mm bolts and nuts shall be used for fixing to the
sleepers.

6.1.6 Suitable eyelet shall be used for termination of power cables using Crimpling
tool. The jumper wires from the point machines to the CT boxes shall be
taken through flexible conduit PVC pipes and securely fixed with suitable
clips. The wiring inside the point machine for motor and detector circuit shall
be tested for insulation and earth and the connections tightened. 7/1.4mm
96

3/0.75mm PVC copper wire shall be used for wiring point machines.
PVC/Nylon sleeves shall be used for identification of cable cores/jumper
wires and marked with paint. Necessary grooves/wards shall be cut on the
point machine at the place of insertion of crank handle, for crank handle
interlocking purpose.

6.2 ADJUSTMENT AND TESTING OF POINT MACHINES:

6.2.1 The point machines shall be worked by hand crank and the housing of switch
rail with the stock rail shall be checked. All the electrical wiring shall be carried
out neatly.

6.2.2 The point machines shall be worked both ways with proper feed. It should
work without undue friction and working current shall be recorded.

6.2.3 The point stretcher bar and lock connections should be adjusted in such a
way that with a 5mm thick obstruction piece placed between the switch and
stock rail at 150mm from the toe of switch,

a. The point does not get locked.


b. The point detection circuit is not completed.
c. The friction clutch disengages.
d. The tripping current does not exceed 200% of normal working current.

6.2.4 The point machine shall be provided with EWS locks/pipe locks.

7.0 CABLE TERMINATION RACK [F.T.O.T]:

7.1 CONCRETING & ERECTION OF CABLE TERMINATION RACK [F.T.O.T]:

7.1.1 Cable termination racks shall be erected on suitable teak wood base frame
of size 50mm x 150mm in the relay room/ Cable Hut at the required
location as directed by Railway with suitable foundation bolts and
concreted. The cable termination racks shall be painted soon after installation
before cable termination work is taken up. Suitable cable ducts wherever
required shall be provided to bring all outside cables to the termination rack.
All the cables are to be neatly skinned, fixed by wooden clamps, bunched
individually and terminated in order. The cable armours and the rack shall be
earthed. PVC/Nylon sleeves/indication sleeves shall be used for each cable
and internal wiring termination and particulars written with paint on the
PVC/Nylon sleeves.

7.1.2 The un-used space over the top of the cable termination rack shall be blanked
using Hylum sheet of 3mm thick and suitable bolts and nuts.

7.2 TERMINATION OF CABLES:

7.2.1 The PBT terminal and fuse blocks shall be fixed firmly on the cable
termination racks and serially numbered with paint for easy identification.
Tags shall be provided for each terminal and painted, giving description of the
97

circuit. Suitable rubber gromite shall be provided on the holes of termination


racks. Copper tape of width 20mm x 1.5mm shall be used for providing bus
bars. Suitable holes shall be drilled in copper tape for this purpose.

7.2.2 All the cables shall be identified by a punched label, tied on to each cable.
Painted cable termination index board using Plywood of thickness 12mm –
TW/rough finish as per instructions of site in charge with Aluminium grooved
Channel frame of overall size 1200mmx1800mm –1no. shall be fixed in the
relay room showing the terminal numbers circuit-wise. In case sufficient space
is not available for fixing the board in one piece, it may be provided in parts
retaining the overall size as per instructions of site in charge. `As made'
terminal particulars shall be prepared in RP Film duly signed and handed over
to the Railway at the time of commissioning.

8.0 RELAY ROOM:

8.1 ERECTION OF RELAY RACK(PODANUR/SIEMENS):

8.1.1 Siemen’s relay rack, (to accommodate 56Nos. of ‘Q’ series relays) shall be
anchored using ‘J’ type foundation bolts and nuts (12mmx100mm) with
washers. In places where ‘J’ type bolts can not be used, special headed bullet
type foundations shall be used. An insulator shall be provided for each
foundation bolts and also to the ladders for carrying the cables. A MS wall
angle of size 35x35x5mm shall be provided- one end grouted to wall and the
other end fixed to the relay rack as tie.

8.1.2 The relay rack shall be painted soon after the installation before plugging of
the Plug Board.

8.2 WIRING OF RELAYS(NEW/ADDITIONAL/ALTERATION):

8.2.1 Based on the circuit diagram, contact analysis chart shall be prepared by the
contractor. The required number of 50 way terminal boards, plug boards and
plug in type relays shall be fixed on the new/existing rack in the nominated
places as instructed by Railway representative. The configuration of plug
boards should be checked with the contact analysis chart. The nomenclature
both on the rear and the front side of the plug board and on front side of the
relays in the relay frame shall be painted.

8.2.2 Suitable arrangements shall be made in the relay rack for fixing condenser
and resistance unit, required for slow to pick up or slow to release feature.
Letter painting shall be made against each unit to identify the circuit for which
it is used. Suitable wire supporting Tray made of PVC shall be provided for
each row in relay rack to accommodate the complete bunch wherever the new
wiring is carried out.
98

8.2.3 The wiring shall be carried out as per approved circuit diagram. The wiring
shall be done on connectors and terminated on terminal clips by soldering
process neatly, using high grade solder. PVC flexible wire 650V grade
16/0.20mm copper conductor shall be used. Potential free contacts of various
relays required to be monitored by the Data logger should also be wired on
the tag block of the data logger. In case of alteration to existing wiring, the
wires and relays not required shall be removed. After completing the
alteration work, the new wires have to be bunched neatly and brought to
original condition. The relay rack wiring shall be tested initially by the
contractor and then jointly with Railway Representative. Any addition/
alteration to wiring in the course of testing shall be carried out free of cost by
the contractor. Different colours of wire shall be used for identify the power
supply circuit wiring. In case of alteration, a different colour of wire from the
existing one shall be used for easy identification.

8.2.4 Before plugging, the relays shall be checked visually and defective ones
noticed shall be replaced duly reporting the same to the railways.

8.2.5 The painted Relay Index board using plywood of thickness 12mm T.W/rough
finish as per instructions of railway representative with Aluminium grooved
channel of size 1200x1800mm – 2 Nos. shall be manufactured and fixed in
the relay room giving the details of the relays and their position in the relay
rack. In case of alteration/additional relay wiring, the relay particulars shall be
incorporated in the existing relay index board available in the relay room. If
sufficient space is not available for fixing the board in one piece, it may be
provided in parts retaining the overall size as per instructions of site in charge.

8.2.6 Hardwood stand with decolum finish of size 500mmx700mm of 25mm thick
shall be fixed on M.S angles grouted to wall at relay room for keeping ‘As
made’ circuit diagram at suitable height as required by Railway
Representative. In case of additional/alteration to existing relay wires, the
latest ‘as made’ circuit diagram shall be kept in the relay room on the existing
hardwood stand.

8.2.7 The new relay room shall be provided with Double Key Door Lock
arrangement.

8.3 Rubber mat having sufficient width should be placed in front and rear of all the
relay rack and FTOT. The mat should not be less than 6mm thick and it
should withstand 650V AC.

8.4 FUSE BLOWN OUT INDICATION:

Fuse Blown out indication shall be provided using Hylum sheet 5mm thick and
50mm width and fixing of 5mm LEDs and resistance. The Hylum sheet shall
be fixed by the side of the corresponding Fuse Blocks. Separate switch shall
be provided for each circuit. This arrangement shall be made near FTOT
inside the relay room.
99

9.0 ERECTION AND WIRING OF CONTROL PANEL:

9.1 ERECTION:

The control panel shall be erected on suitable teak wood base frame of size
50mmx150mm in the SM's room at suitable place on proper foundation
bolts and cement concreted. Before erecting the control panel, suitable duct
shall be made for bringing the jumper cable into the control panel from relay
room/power room if necessary. The interspace of the cable duct after placing
all the cables shall be filled with river sand, before closing the duct with slabs.

9.1.1 The cables shall be clamped using TW 25mmx150mm base plank and
50mmx50mm TW clamp and the cable entries sealed using cable compound.

9.2 WIRING:

9.2.1 The control panel shall be wired including all thumb switches, Push buttons,
indicators, counters, bell/buzzers and emergency push, etc. The wiring shall
be done with flexible PVC copper wire 16/02mm or by switch board cable by
soldering the wire to the terminal clips. High grade solder wire should be
used. The wiring shall be done in such a manner that enough working space
is available for replacement of knobs/buttons and attend to wiring. The wiring
shall be neatly bunched.

9.2.2 Spare contacts in thumb switches and push buttons shall be paralleled. The
contractor shall protect the control panel top plates while doing the wiring. The
terminal particulars, power supply points, thumb switch/push button numbers,
signals/track numbers shall be neatly painted on the inner side of the top
plate. Before commencing wiring, all thumb switches, push buttons,
indications shall be tested for proper contact and defectives shall be
replaced in the initial stage itself. The indication lamp details shall be
painted on the inner side of the top plate at respective places. Precautions
shall be taken such that there is no break in the wires and damage to the
insulation. There shall be no joint in the connecting wires. Each wire shall be
identified properly.

9.2.3 One Voltmeter 0-300V AC for signal supply shall be mounted in Panel/panel
room.

9.2.4 The required number of buzzers operating on 24V DC as per approved circuit
diagram for low voltage monitoring, signal blanking and approach warning,
etc. shall be provided in the panel and wired.

9.2.5 One TW stand/tray shall be manufactured and kept at the Panel room for
keeping different types of caps.

9.2.6 During the course of work, any modification to the panel/panel wiring shall be
done by the contractor at site as required by the Railways at free of cost
before final commissioning.
100

9.2.7 The work of alteration to control panel wiring includes drilling of holes on the
Top plate wherever required and fixing of switches, push buttons, LEDs/
indication lamps with holder, termination of cables and carrying out alteration
to the existing wiring as per approved circuits diagram, releasing of wires,
and painting of particulars on the panel. If there are any small holes after
releasing the switches or buttons, etc., the same may be plugged, covered
with putty and painted neatly.

9.2.8 The cable termination and internal wiring terminal particulars of control panel
shall be made on R.P Film duly signed by the contractor and handed over to
the Railways.

9.2.9 The frames and the back doors shall be painted as required.

10.0 INTERCONNECTIONS:

10.1 Interconnection arrangements between the cable termination rack, relay rack,
control panel, power and battery room shall be carried out as follows:-

10.1.1 Interconnection between relay rack and FTOT, relay rack to control panel
shall be carried out with cable having plain, annealed copper, multi
core/single core conductor of 1/1.5 sq.mm PVC insulated, unarmoured,
unsheathed 1100v grade cable.

10.1.2 Relay rack to relay rack wiring shall be done with 16/0.2mm PVC copper
conductor by soldering process.

10.1.3 The inter-connection between the relay rack and power room, power room
and FTOT, Block Instruments and FTOT shall be carried out with
underground, armoured, sheathed, power/ signalling cables of adequate
length. The termination shall be carried out using suitable size of copper
eyelets/sockets. Inter-connection between power rack and battery room, shall
be carried out by using suitable underground cables.

10.2 All the interconnecting wires shall be supported by means of Aluminium


ladder. Ladder of suitable capacity shall be manufactured using Aluminium
angles of size 37mmx37mmx5mm and Aluminium flats of size 25mmx6mm.
The inter spacing between two rods of the ladder shall not be more than
125mm. The corners of the ladders as well as the inner path of the ladders
shall be of curved shape and shall not damage the insulation of the inter-
connection wire. The bends also shall not be steep. The bottom of the
ladders shall be provided with hylum sheet of 3mm thickness. The ladder shall
be fixed firmly with proper Aluminium flats.

10.3 The interconnection arrangement includes laying of signalling cables in


ducts wherever necessary as indicated by Railways. Wherever cables are
taken through cable ducts inside relay room/ battery room etc., the ducts shall
be filled with river sand upto the floor level and covered with RCC slabs.
101

10.4 All connections/terminations shall be tested by the contractor and after


satisfying himself jointly with Railway Representative. Any alterations required
shall be carried out by the contractor free of cost.

10.5 Cable details, functions allotted to each core and terminal numbers shall be
prepared in standard size RP film and handed over to Railways.

11.0 POWER SUPPLY ARRANGEMENT:

11.1 INSTALLATION IN POWER ROOM:

Transformers, battery chargers, transformer rectifiers, voltage stabilizers,


inverter, etc., as detailed in the schedule shall be installed and wired as per
approved power diagram in power room. The list of materials to be supplied
by Railways and contractor is given in Vol.I.

11.2 The contractor shall manufacture a power supply panel using 1200x1200mm
hylum sheet not less than 10mm thick for mounting meters, switches/fuses,
etc. as required by Railways. It shall be installed on a frame made of MS
angles of size 25x25x6mm, MS flat of size 50x6mm and grouted to the wall
after leaving sufficient space from the wall for testing and replacement. The
cable shall be fixed on TW base plank of size 25x150mm using TW cable
clamps of size 50x50mm and terminated on PBT Terminal blocks.

11.3 For mounting transformers, battery chargers, voltage stabilizers and other
power supply equipments, a suitable stand made of MS angles of size
65mmx65mmx8mm and MS flats 50mmx6mm and with Hard Wood reapers of
size 100mmx50mm. shall be grouted to the wall and at floor. The power
supply arrangements wiring shall be carried out using 7/1.4 mm PVC Copper
wire as per the approved circuit diagram. The voltage stabilizer shall be
installed at a suitable place as required by Railways and arrangements shall
be made to isolate and put through the stabilizers if it becomes defective
without disconnecting the leads.

11.4 Ammeter and Stabiliser by-pass arrangements shall be provided on the panel
to prevent ammeter being always in the circuit. After wiring, the power rack
shall be tested jointly. The power rack shall be energised to its rated capacity
and kept in that condition for not less than a week before commencement and
any defect notice shall be rectified by the contractor. The Guarantee
Certificates and Technical Pamphlets for the power supply equipments shall
be handed over to Railways. Any addition/alteration to power supply
arrangement shall be carried out during Testing and Commissioning.

11.5 The power rack and power supply equipments shall be painted suitably and
uniformly before installation as required by Railways. Schematic diagram of
power supply arrangement and distribution details shall be painted on
plywood 12mm thick-TW/rough finish as per instructions of site in charge with
Aluminium grooved channel frame of size 1200x1800mm and fixed in the
102

power room. As made power diagram shall be submitted in RP film duly


indicating the power supply details and position of the equipments.

11.6 The power panel and power rack should be provided with separate earth.

11.7 The power room shall be provided with single door lock arrangement.

11.8 INTEGRATED POWER SUPPLY ARRANGEMENT:

Integrated power supply arrangement shall be carried out as given in Vol-I

11.9 PROVISION OF POWER EQUIPMENTS AT LOCATIONS/LC GATE:

The power equipments like Transformer Rectifier, Isolation Transformer,


transformers, etc. as mentioned in the schedule should be procured by the
contractor and the same shall be installed at the apparatus cases/LC gates as
indicated by Railways. The equipments should be wired with 3/0.75mm
copper wire. On 400V/230V side, the terminals should be protected suitably
to avoid any shock. The particulars of equipments and the description of the
circuit should be painted inside the Apparatus case as well as on inner doors.
Sufficient HW planks (25mm thick) shall be provided for fixing equipments
inside the apparatus case. In case of LC gates, one changeover switch shall
be fixed on a hylum board and mounted on the wall inside the gate lodge
using MS angles and suitably painted. As per the circuit, the required capacity
of HRC Fuse should be provided and wired.

12.0 INSTALLATION OF SECONDARY CELLS AT BATTERY ROOM/


LOCATION:

12.1 This work includes manufacturing of battery stand, charging and installation of
the cells as specified in the schedule. Secondary cells shall be initially
charged by reputed firms only and shall undergo not less than 3 cycles of
charges and discharges as detailed under Item No.39.

12.2 The various sets of charged secondary cells for different circuits shall be
installed on battery stands in the Battery room/ Cable Hut of the station.
The battery stand will be manufactured using MS angle 65x65x8mm, MS
Flats 50x6mm and covered with 100x50mm Hardwood reaper. It shall be
painted suitably with anti-corrosive black paint before installation of battery.

12.3 Battery links (copper/lead) with copper lugs crimped and suitable bolts and
nuts shall be used for connecting cells. The charged Cells shall be fixed
leaving sufficient working space for taking specific gravity reading and distilled
water topping. Cells are to be connected with suitable copper lead links
sufficient to carry the full load. Immediately after connection, petroleum jelly
shall be applied on battery terminals.
12.4 In the Battery room/ Cable Hut wiring of the batteries shall be carried out by
PVC 7/1.40mm copper wire with colour codes through PVC Pipes properly
clamped and terminated in the T.W terminal box with locking facility in the
battery room.
103

12.5 The details of batteries and the capacity, circuit, date of installation, etc.,
shall be painted on a board using water proof Plywood of thickness 12mm -
TW finish with Aluminium grooved Channel frame of size 1200mmx 1800mm.
The specific gravity and voltage reading shall be recorded for each cell in a
separate register along with the Guarantee Certificate of the supplier and
handed over to the Railway duly signed.
12.6 One Hydro Meter on suitable TW Stand and one battery tester shall be kept in
the battery room.

12.7 In case of installation of secondary cells at location boxes, anticorrosive black


paint to be coated inside the apparatus case. Additional ventilation
arrangements shall be made. The date of installation, capacity serial No. and
circuit particulars shall be painted on each cell and inner side of the door.

12.8 All connections/termination shall be tested by the contractor and after


satisfying himself then to be tested jointly with Railway Representative. Any
alterations shall be carried out by the contractor during testing and
commissioning of installation.

13.0 BLOCK INSTRUMENTS:

13.1 Double line block instruments, Neale’s Token instruments and Daido single
line block instrument FM type shall be mounted on a block counter. All the
outer sides and top of the counter shall be pasted with decolum sheets of
required colour as indicated by railways.

13.2 Podanur type single line push button tokenless instrument shall be fixed on
the ground as indicated by Railways.

13.3 Necessary Terminal Blocks and Fuse Blocks shall be fixed inside the Block
Counter for termination of jumper wires and cables. Cable shall be fixed
properly inside block counter and terminated. The Block relays shall be
placed inside the Counter and shelf type relays shall be fixed firmly using anti-
tilting arrangements. The relays shall be wired and properly identified.

13.4 In case of overhead alignment, the control and block lines shall be brought
separately to the glass fronted test panel and terminated using wire PVC
3/0.75mm copper, through PVC tubes of 15/20mm, clamped to the wall. The
test Panel shall be manufactured using T.W 25mm thick and separate doors
shall be provided for block and controls. 4 Nos. of DPDT switches and
required number of Lightning Discharger shall be fixed. The lead-in wires
shall be soldered to the Block and Control Lines at the Wall Bracket.

13.4.1 From the termination box, block wires should be taken through PVC tube of
suitable size suitably clamped in the wall and terminated inside the block
counter.
104

13.4.2 The inter connection between the instrument and line battery (provided in the
battery room) shall be done with underground cables.

13.5 In RE area block filters and block bell equipments should be installed and
wired. The work involves installation of Block Filters and Block Bell
equipments on a stand made with MS angles 50mmx50mmx6mm grouted to
wall with T.W top plank of 25mm thick, termination of jumper wires in T.W
Terminal box of size 300mmx450mmx100mm, and wiring including
interconnection between Terminal Box.

13.6 The block counter shall be provided with a suitable lock with 2 keys.

13.7 Separate block earth shall be provided for each section on either side.

13.8 INSTALLATION OF WAY STATION EQUIPMENTS:

The way station equipment such as selector, selector bell box shall be fixed
at appropriate places and wired. The control telephone and battery shall be
installed in suitable place and battery boxes manufactured out of TW. The
wiring between the test panel/termination box and telephone cum battery box
shall be carried out with PVC copper wire 3/0.75mm. The wiring from the
equipment and telephone shall be carried out by using signalling cable.

14.0 INSTALLATION OF DISTILLED WATER PLANT:

14.1 The work involves supply and installation of Distilled water Plant capacity- 3.5
to 4.5 Litres/Hr., with two detachable heating elements of 1500W each to work
on 230V AC, single phase, fitted with automatic cut-outs and removable
connectors, with stainless steel boiling chambers, steel condenser pipe,
toughened glass lid shall be installed at Distilled Water Plant Room on
suitable stand.

14.2 For water supply, a fibre tank similar to ‘SINTEX’ make – 200 litres capacity
shall be installed on cut rails, grouted to wall at suitable place indicated by
Railway Representative.

14.3 The water supply connection from water tap towards fibre tank and Distilled
Water tank shall be made using good quality of GI pipes, bends, taps and
valves of 25mm dia wherever required.

14.4 The water pipe lines shall be clamped at required places using proper size of
clamps. One separate power socket with fuse indication shall be provided
and wired for distilled water plant.

14.5 The Distilled water plant shall be tested for its satisfactory working jointly with
Railways.
105

15.0 INSTALLATION OF SM's SLIDE INSTRUMENT AT STATION/LC:

15.1 AT STATIONS:

15.1.1 SM’s Slide Instruments shall be installed at the Station on suitable block
counters. T.W plank 25mm thick shall be fixed on the top of the Block
counter over which the S.M's Slide control instrument shall be fixed.
Sufficient working space shall be left for carrying out wiring. Wiring shall be
done with 3/0.75mm copper wire. Care shall be taken to keep the wiring free
from the slides. The spare contacts shall be paralleled.

15.1.2 Wiring leads brought out from SM's Control Instrument shall be terminated
inside the counter. The signalling cables shall also be terminated inside the
counters using PBT terminals fixed on Phynolic synthetic industrial fibre base
fine weave cotton fibre sheet - 6mm thick to IS specification 2036 - 1995 -
Type F5 sheet. The terminals particulars shall be neatly painted on the inner
side of the doors. No wiring shall be exposed. Suitable colour decolum sheets
shall be pasted on all outsides and top of the block counter.

15.2 At LCs the SM slide instrument shall be installed on a shelf made using
hardwood plank of size 25mm thick. The plank shall be fixed on 2 MS angles
50x50x6mm of suitable length and grouted on the wall. The cable shall be
taken through GI pipe from ground level. For termination of cables, a
termination box of size 50cmx60cm made up of HW with decolum finish fitted
with PBT terminals shall be fixed below the SM’s slide instrument. The SM’s
control instrument shall be wired as per the approved circuit diagram. The
particulars of the terminal shall be painted on the inside door of the
termination box.

15.3 The SM’s Slide Instrument shall be painted suitably as desired by Railways.

15.4 The SM's Control Instrument shall be earthed.

16. SUPPLY AND INSTALLATION OF SOLAR PANEL:

16.1 The work consists of fabrication of MS frame of suitable size for the Solar
Panels and its erection.

16.2 The frame shall be fabricated using MS angles of size 65mmx65mmx6mm


and MS slotted angles of size 40mmx40mmx5mm, MS flats of size
40mmx10mm and MS plates of size 100mmx100mmx6mm.

16.3 The fabricated stand shall be erected and fixed on top of the Station
building/LC gate rigid to withstand any adverse weather condition and the
frame shall be fixed in slanting position.

16.4 The frame shall be painted before the Solar panels are fixed on the frames.
106

16.5 Suitable Number of Solar Panels (mono Crystalline Silicon, Solar Photo-
Voltaic(SPV) Panels of required ratings shall be fixed in one frame using
bolts and nuts.

16.6 The Solar Panels shall be connected in series/parallel as per the approved
circuit diagram using wire PVC 3/0.75mm and 16/0.2mm copper.

16.7 The wiring from the Solar Panel to the cells shall be done by using cables
taken through 50mm GI pipes fixed firmly using MS clamps.

17.0 ERECTION AND WIRING OF CONTROL PANEL CUM ILLUMINATED


DIAGRAM:-

17.1 The LC control panel cum illuminated diagram shall be installed firmly as
indicated by the Railways on suitable supports. Before commencing wiring,
the particulars shall be painted in the inner side. This shall be wired with
16/0.2mm PVC flexible copper wire by soldering process using best quality of
solder. The wires shall be taken through suitable PVC pipes from the
Terminal box. Precautions shall be taken such that there is no break in the
wire and damage to the insulation for the connecting wires. Each wire shall
be identified properly. Sufficient spare wires shall be run and terminated duly
identified.

17.2 The wiring shall be done in such a manner that enough working
space is available for replacement of indication lamps and attend to
wiring. The wiring shall be neatly bunched. The frames and board doors
shall be painted as required.

18. INTERLOCKING OF LEVEL CROSSING GATES WITH LIFTING


BARRIERS:

18.1.1 Excavation of pit, concreting foundation as per Drg.No.SG/CN/ 11 and


erection of ground lever frame using suitable bolts and nuts. Casting of A type
foundations for mounting the cranks is included in the scope of this work. All
the foundations will be plastered on the top.

18.1.2 Making rod connection from the Ground lever frame to the boom locking
mechanism through cranks, adjusting and testing the boom locking from
ground lever frame. The rod run shall be at rail level and gap of not less than
40mm shall be maintained while crossing the track. All the joints of rod
connecting cranks and levers shall be smithy welded. The rod run between
the track shall be insulated while crossing the track circuited portion The
Lengthy roddings shall be run on roller stands fixed on trestle located not
more than 2.2 Metres between adjacent supports.

18.1.3 The gate interlocking arrangement shall be carried out as per the standard
practice of S.Rly. as per the instructions of the Railway representative at
site. Necessary interlocking shall be carried out in the locking tray of the
ground frame wherever required by the railways. The locking tray is to be
locked and sealed.
107

18.1.4 The lifting Barrier will be painted with two coats of enamel paint of approved
quality as given below:

(A) Stands-Black
(B) Boom with fringes: Black and Yellow stripe 300 mm wide alternatively
(C) Stop Disc on the boom: Red

18.1.5 Florescent paper strips should be pasted on both the lifting barrier boom.

18.2 INTERLOCKING OF SWING GATES:

This work consists of fixing of gate locks on the each gate. The gate lock
consists of 2 Nos. of `E’ type locks. for each gate fixed on suitable MS flat
min.10 mm thick as instructed by Railway representative at site. The
arrangement shall be painted as per standard Railway practice.

18.3. INSTALLATION OF ELECTRONIC GATE WARNING EQUIPMENT:

The work includes fixing of Gate warning equipment on suitable fixtures as


per Railway standard for LC gates - 2 Nos. one on each side of the track,
fixing of amplifier at apparatus case and hooter at Road warning signal
post, wiring as per approved circuit diagram and painting.

19. INSTALLATION OF STAND-BY DIESEL GENERATOR SET:

19.1 The stand by diesel generator plant with control panel shall be installed in the
generator room as per standard practice adopted by the Railways using anti-
vibration packing to minimise the vibration. The exhaust pipe to be extended
outside the room with minimum number of bends and the silencer is fixed
towards the off side of the SM's Room. Required number of anti-vibration
mounting (cushy foot) shall be provided by the contractor.

19.2 Necessary asbestos rope should be wrapped around the exhaust pipe. The
control panel of the Diesel Generating set should be properly mounted. The
wiring of generator and the control panel shall be carried out using PVC
7/1.40mm copper wire, through PVC Pipes, PVC bends and terminated. An
Hour meter shall be provided as required by Railways. The changeover
switch and phase selector switch shall be provided and connected for
changing over, from normal power to stand by and vice-versa or from one
phase to another on suitable fixtures as instructed by Railway
representative at site.

19.3 The stand by generating plant and control panel shall be earthed.

19.4 Secondary cell of required capacity shall be installed and connected for self-
starting facility, wherever required.

19.5 After installation, for initial commissioning, the procedure given in the
firm's manual should be strictly followed. Each diesel generating set should
108

be tested on full load continuously as per the rating of the generator,


defects noticed if any, shall be rectified by the contractor.

19.6 The generator room shall be provided with a good quality of lock. The work
involves supply, fixing and interconnecting phase selector switch and
changeover switch for DG sets wherever required.

20. INSTALLATION OF DIAGNOSTIC PANEL:

20.1 The work includes manufacture, installation and wiring of Diagnostic Panel.
The diagnostic panel will be fabricated from plywood 25mm thick of suitable
size depending on yard layout and covered with white decolum sheet. The
sides will be covered with Aluminium grooved channel. The yard lay out will
be painted on the decolum sheet.

20.2 The interconnections between independent relay contacts wired and


terminated and 50 way terminal board on the diagnostic panel will be as
per the approved circuit diagram using wire PVC 16/0.2mm copper. The
interconnection wires shall be taken through ladders already available. The
indications of points, signal, track, slots, LC gate if any, and important relays
like LR, ASR, UCR, CHR, etc. shall be indicated in the panel by providing
LED. The work also includes provision of (30 - 0 - 30) voltmeter for the
internal supply and wiring the same. Test pin and sockets are to be provided
and wired.

21. ELECTRIC KEY TRANSMITER AT STATION HOUSE:

21.1 Electric key transmitter with/without crank handle fixed to the key shall be
installed firmly on suitable angle supports and teakwood boards in the
place indicated by Railways, with economiser push switch and wired The
cables shall be terminated on a terminal box made using 25mm thick T.W.
Planks with decolumn finish and locking facilities. Required number of
terminal blocks shall be fixed inside the terminal box for termination of
cables and jumper wires. The wiring shall not be exposed. The cables shall
be taken to the terminal box using HDPE pipes of 50mm dia. The crank
handle shall be welded to the key in such a manner that there is no undue
strain to the EKT contacts. The EKT should be painted and the circuit
particulars and ward nos. are to be painted in bold letters.

21.2 INSTALLATION OF EMERGENCY KEY PROVING CONTACT:

21.2.1 E’ type lock having long plunger and key contact shall be assembled and shall
be kept in a glass fronted decorated box and wired. The box shall have the
locking and sealing facility using 6 levers NAVTAL LOCK with duplicate keys.

21.2.2 The contacts shall be made when the key is `IN' and contacts shall break
when the key is disturbed or taken `OUT' using a limit switch.
109

22. INTERLOCKING OF SIDING POINTS/TRAP POINTS:-

22.1 For siding points with succession key lock arrangements and trap points,
hand plunger lock fitted with "E" type locks shall be provided on gauge tie
plates with suitable bolts and nuts. This work includes fixing of switch
extension pieces and split stretcher bars. Notches on split stretcher bars shall
be cut at site.

22.2 It shall be ensured that, it is not possible to lock the points with an
obstruction of 5mm test piece placed between switch and stock rail at
150mm from the toe of the switch.

22.3 `E' type lock shall be fitted to the hand plunger locks with proper bolts and
nuts. After ensuring the free as well as the full movement of the plunger,
marking shall be done and notches cut on the plunger.

22.4 Proper lubrication shall be done for the smooth operation of points, HP locks
and `E' type locks.

23. FIXING OF FACING POINT LOCK:

23.1 For points single end and double end, the required Facing point locks should
be fixed on the gauge tie plats. Necessary holes are to be drilled for fixing
FPL. On split stretchers, necessary notches are to be cut for correct
functioning. The FPL is to be connected to the Rod Transmission through
cranks. Necessary smithy work, if required, should be carried out for
achieving correct length of the rods. For facing point lock, the lock bar also is
to be fixed. All the fittings like FPL, split stretchers are to be painted with
black. A MS cover is to be provided for FPL.

23.2 PROTECTION BAR/LOCK BAR:

The protection bar/lock bar, if required, should be fixed close to the stock rail
as per Signalling plan. The required lock bar clips (12 Nos.) and stops (4
Nos.) are to be fixed correctly. Necessary holes are to be drilled on the
protection bar/lock bar for fixing lock bar clips and the lock bar driving
arrangement should be riveted. The same is to be connected to the crank
through 32m solid rods and solid joints. Necessary cranks are to be fitted on
the sleeper and connected. The protection bar, clips, stops, etc. are to be
painted with black paint. Finally, it should be tested for correct functioning.

23.3 FIXING OF POINT/TRAP INDICATORS:

Point indicators and Trap indicators shall be provided at places indicated in


the Signalling plan. These indicators shall be firmly fitted on indicator stand
on long sleepers/CI stands concreted firmly to the ground through suitable
bolts and nuts complete with all ground connections, clear of infringements.
Proper size of pins shall be used to avoid longitudinal play. All joints shall be
smithy welded only. The indicators shall be adjusted properly and painted
suitably.
110

24. FIXING OF ELECTRICAL DETECTOR:

24.1 The electrical detector shall be fixed on the extended gauge tie plate firmly.
The switch extension piece shall be fixed on the switches and the point is to
be connected with electrical detector by using ground connections. If any
smithy work is involved, the same shall be carried out on the ground
connection rods.

24.2 A TLD box shall be fixed near the electrical detector and the cable is
terminated inside the TLD box. The electrical detector shall be wired with
3/0.75mm copper and the jumper wire shall be taken through hose pipe
between electrical detector and TLD box.

24.3 The electrical detector shall be painted with Aluminium paint and the point
ground connections, TLD box with black paint. The working of electrical
detector shall be tested in presence of Railway representative to conform to
obstruction test.

25. TELEPHONES:

25.1 PAGING AND TALK-BACK SYSTEM FOR HOME SIGNALS:

Paging and talk-back facility in lieu of Signal post telephone shall be


supplied as per specification and installed including voice communication
equipment with suitable switching arrangement at Home Signal post and at
SM's room. This includes drawal of tail cable through GI pipe 25mm dia and
2mtrs long duly clamped to Signal post with bend as required at site,
termination of tail cable at one end in the apparatus case and other end in
the console. In the SM's room, console should be fixed on a table/wall. The
wiring shall be done using wire PVC 16/0.2mm copper.

25.2 DESK TYPE PHONES AT STATION HOUSE/APPARATUS CASES/LCs:-

Desk type magneto telephone shall be supplied and fixed at station house/
apparatus case/LCs. /apparatus cases near top points/siding points and
securely fixed on shelf planks. It shall be ensured that no other gadget is kept
in that apparatus case and separate door lock arrangement made to
protect the Telephone battery.

25.2.1 Nickel-Cadmium power pack 4V - 2.2AH, with battery charger 110V AC/4V
DC shall be supplied and provided for telephone.

25.3 MASONARY PLATFORM FOR POST TYPE TELEPHONES:

Excavation of pit, construction of masonary platform as per


Drg.No.SG/CN/02/12 with bricks of approx. size 220mmx100mmx60mm to
operate signal Post Telephones near Home Signals and plastering as per the
instructions of Railway representative at site.
111

25.4 INSTALLATION OF ANNUNCIATOR:

Fixing of Annunciator in the Station house on a suitable HW stand fixed to the


table/wall by MS angles, wiring the same using wire PVC 16/0.2mm copper
and painting. The hard wood plank shall be pasted with coloured Decolum
sheets on all sides. The work also includes supply and wiring of magneto
telephone - 1 No. and Ni-cad power pack 4V DC – 2.2AH with battery charger
110V AC/4V DC and painting of various circuit particulars on the Annunciator
as instructed by Railway representative.

26.0 PROVISION OF TW KEY BOX &TOOL BOX:

26.1 PROVISION OF TW KEY BOX:

This work involves manufacture, supply and installation of Glass fronted


Teakwood Key box of size 300mmx600mmx75mm with built in lock
arrangement. Plastic tags duly engraved giving the particulars of various
keys are to be provided along with the keys.

26.2 SUPPLY OF TOOL BOX:

A teak wood tool box of size 1000mm x750mm x100mm (inner dimensions)
made of 25mm thick teak wood, perplex sheet fronted 6mm( Colourless)
shall be manufactured and fixed on the wall at a convenient location
as instructed by Railway representative at site. The box should have
provision of padlock for locking arrangements and shall be equipped with
the following tools:

a. Digital Mulltimeter similar to Model No.Rish Multi 15S with suitable


carrying case and test probes.

b. Multimeter similar to Model No.HM 102 BZ Hungchung with test probes


with suitable carrying case.- 1 No.

c. Centre zero ammeter 30-0-30 Amps - 1 No.

d. Screw drivers of different types and sizes with common handle - 1 set

e. Spanner double ended 33mm - 1 No.

f. Spanners double ended 3/8x1/2" - 1 No.

g. Spanners double ended 5/8x3/4" - 1 No.

h. Spanners double ended 7/8x1" - 1 No.

i. Hammer 1 1/2 lbs ball pane - 1 No.

j. Hacksaw frame - 1 No.


112

k. Adjustable screw spanner 12" - 1 No.

l. Insulated cutting pliers- 1 No.

m. Insulated nose plier- 1 No.

n. Electric soldering iron 230V 60W Soldron/Philips make - 1 No.

o. Megger 500V/ 500Mohms. with Probe - 1 No.

27 ERECTION OF BOARDS WITH LEGENDS/ GOODS WARNING BOARDS:

27.1 Boards with Legends/Warning boards shall be fitted on to the Rails, erected
and concreted to a size of 600mmx600mmx900mm at location indicated by
Railway representative and as per approved signalling plan, clear of
infringements.

27.2 Necessary legends such as "DRAW CLOSE IF SIGNAL IS AT ON" shall be


letter painted as per standard practice of this Railway and as per Signal
Engineering Manual.

27.3 For Goods Warning Board about 12 Nos. of Scotch light reflectors/strips shall
be provided by the contractor.

27.4 Rail posts and other fittings shall be painted as required by Railways.

28. EARTHING.

All apparatus cases, battery boxes, CT boxes, armours of cables, battery


chargers, transformers, power panels, Control panel, Block
Instruments/Control test panel/Cable Termination Rack/Relay Racks, etc.,
shall be earthed. If number of apparatus cases is grouped at a place, one
earth shall be provided for all. Otherwise, separate earth is to be provided for
each apparatus case. The earth resistance shall not be more than 10 Ohms.

28.1 This work includes excavation of pit at a given location as per


Drg.No.SG/CN/02/13 on natural soil, supply and fixing earth pipe covering the
same with the mixture of 2kgs. of charcoal, 2 kgs. of common salt and earth.
A concrete enclosure has to be provided around the earth pipe as per
drawing. The earthing shall be done with MS flat of size 35mmx6mm/19 C
cable as required by Railways.

29 PROVISION OF LOCKS:

Universal locks (EWS Locks)/GI locks/Navtal Locks shall be provided for CLS
units, Route Indicators, point machines, apparatus cases, battery boxes and
C.T. boxes wherever necessary.
113

30. PAINTING:

30.1 Block instruments, Block counters, control panel, EKT’s and all signalling
gears installed shall be painted in accordance with the standard practice of
Southern Railway and as per Signal Engineering Manual.

33.2 While painting, initially one coat of primer and afterwards 2 coats of enamel
paint shall be applied.
30.3The details of paints to be used on the signaling gears are shown below.
S.No. Signalling Gadgets Colour to be painted
(outside)
I Signal(Colour Light Signal) & Shunt Signal:
(i) Surface base Black
(ii) Post Aluminium
(iii) Aspect unit complete Black
II All types of apparatus cases and cable Aluminium
termination box
III Track Lead Disconnection Box Black
IV SM’s Control Frame Instrument Green Enamel
V Point machines Black
VI Electrical Detectors Aluminium
VII Electrical Lever locks & Circuit Controller Black
VIII Key Transmitters Red or Black
IX (i)Double line SGE Block Instrument Green Enamel
(ii)Single Line Token Instrument Grey Enamel
(iii)Single Line Tokenless Instrument Green Enamel
X (i)Interlocking frame supports, quadrants, Black
lever below quadrants, locking trough, catch
handle connection & Indication plates
(ii)Down rods between Lever tail and crank
Black
(iii)All types of cranks, compensators,
Facing point Locks, lock bars & Detectors. Black
(iv)Roddings & Rod Rollers Red Oxide Paint
XI (i)Point Lever Black
(ii)Lock Lever Blue
(iii)LC Gate Control Lever Chocolate
(iv)Spare Lever White
(v)Signal Lever Red
XII Rails Black
114

31. NON-INTERLOCKED SIGNALLING ARRARNGEMENT:

31.1 Erection and wiring of temporary relay rack, SM's slide instrument, wiring
alteration in the FTOT, apparatus cases, signals, Control panel etc., as
per the instructions of Railway representative at site for operating signals
and points during non-interlocked working. The work also includes provision
of Magneto Telephone communication, tents, PA system, table & chairs, tube
lights, pedestal fan and drinking water for the locations as required by
railways.

31.2 The SM’s control instrument shall be wired as required by Railways as per the
temporary circuit diagram prepared in connection with N.I working. Necessary
wooden crosses shall be fixed for the signals put out of use as indicated by
railways. Special warning boards/stop/speed boards may be fixed temporarily
as per the NI plan.

32. INSTALLATION OF DATA LOGGER:

32.1 The installation and commissioning of Data Logger shall be as per VOL-I.

33. RELEASING OF S & T GEARS:

33.1 An inventory of all the S&T gears to be released in the yard should be taken
up jointly with Railway’s representative duly indicating as serviceable or
unserviceable before NI working commences. The same should be submitted
and approved by the Engineering in-charge.

33.2 The S&T gears as mentioned in the schedule should be released carefully
without damage and stacked at a place indicated by the Railway
representative.

33.3 All the concrete foundation of the released gears like signals, location boxes,
‘A’ type bases, etc. should be broken completely. The resultant pit shall be
refilled with earth, rammed and re-surfaced. In case of releasing the stands
grouted on the walls/floor should be restored to original condition and neatly
plastered.

33.4 All the unserviceable released materials shall be guarded by the contractor till
they are auctioned.

34. TRANSPORTATION OF SERVICEABLE MATERIALS:-

The released serviceable materials shall be transported from the work spot to
the Stores Depot as mentioned in Vol. I. Loading and Unloading of materials
shall be done by the contractor. The released material shall be stacked neatly
by the contractor in the Railway Stores.
115

35. PROCUREMENT OF CEMENT:

35.1 Cement for use in the works shall be procured by the contractor from the
main producers/their authorised dealers/ authorised stock yards which
shall conform to BIS Specifications.

35.2 Cement bags preferably in paper bag packing should bear the following
information in legible marking:

(i) Manufacturer's name


(ii) Registered Trade Mark of manufacturer, if any
(iii) Type of cement
(Iv) Weight of each bag in kgs. or No. of bags/tonne.
(v) Date of manufacturer, generally marked as week of the year/year of
manufacturer, e.g., 30/93 which means of 30th week of 1993.

35.3 To ensure quality control, test certificates from the manufacturer should
be produced by the contractors, which should confirm to the relevant
specifications [latest may be incorporated].

35.4 Railways may also take samples during the course of the work and get the
cement tested to ascertain their conformity to specifications.

35.5 When such sampling is done, it shall be as per IS Specifications.

35.6 Test on the cement as per IS: 4301 shall be carried out in the field level.
Some of the tests which may be carried out are:

(i) Compressive strength


(ii) Initial and final setting time
(iii) Consistency
(iv) Soundness
36. WIRES TO BE USED IN S&T INSTALLATION:

The size of various wires/cables to be used for the wiring of signalling and
telecommunication gadget is indicated below:

S.No. Size of wire Circuits/Equipments


1 16/0.2 mm Relay rack wiring
Copper Panel wiring
Plug-in type relay wiring at location
2 7/1.4mm Power equipments
Copper Point control wire(NW, RW & CW)
3 3/0.75mm Power equipments in locations
Copper Relays other than plug-in type
Block instrument, Rotary key transmitter
All Signals, Electrical detector
SM’s control instrument
Point machine
Loop wire at locations
116

37. TESTING & COMMISSIONING INCLUDING AS MADE:

37.1 The entire installation shall be tested by the contractor and after satisfying
himself, the railway shall jointly test along with the contractor. Any alteration
during testing shall be carried out at free of cost as required by Railways
before commissioning. All ‘As made’ documents have to be submitted before
commissioning. Each installation shall be tested in the presence of the
supervisory officials deputed by the Railways as soon as the particular
installation/equipment is installed and unless the working of the equipment is
actually ensured, it will not mean that the work has been completed to the
satisfaction of the railway. This work involves testing and commissioning of
the entire installation.

37.2 `AS MADE' DETAILS:

Before testing and commissioning of the entire installation, eight copies of


final `as made' details as hereunder shall have to be supplied duly
incorporating all particulars for the station. Circuit diagrams prepared in
AutoCAD 2000 or latest will be supplied by Railways in compact discs. All ‘As
mades’ shall be prepared by the contractor in AutoCAD 2000 or latest and
submitted in compact discs in duplicate. All ` As made' documents/plans shall
be made by the contractor in R.P Film to RAILWAY STANDARD only as
laid down in the schedules (SOR)and shall be handed over to the
Railways, duly signed.

a) `As made' circuit diagram


b) `As made' Cable Plan
c) `As made' Cable Route Plan/Red boundary plan
d) `As made' track bonding plans
e) `As made' power supply layout diagram
f) `As made' contact analysis chart
g) `As made' relay disposition chart
h) `As made' Termination particulars of all locations & FTOT

37.2.1 However, contractor shall hand over along with the negatives, 8 copies in
each, duly making book-let neatly bound. Out of 8 sets, 2 sets of individual
circuit and other plans shall be kept in thick plastic cover (2 sheets back to
back in one plastic cover) duly filled in plastic folder and handed over to
Railways. 2 copies of the above `as made’ details before joint testing is taken
up with Railways. Any correction made during testing shall be incorporated
before submitting `FINAL' `As made' plan.

37.2.2 The contractor is required to supply the following bound registers 200 pages
with good quality papers duly filled.
(i) Cable meggering register,
(ii) Relay Register,
(iii) Block Joint Register,
(iv) Route Test Register,
117

(v) Lamp Replacement Register,


(vi) Relay Room Key Register,
(vii) Battery Register,
(viii) Route Cancellation Register and
(ix) Earth resistance register.

38. DESIGNING OF SIGNALLING PLAN, TABLE OF CONTROL AND CIRCUIT


DIAGRAM:

Designing of signalling plan, table of control and circuit diagram shall be as


per the schedules in Vol- I/II

39. PROCEDURE FOR INITIAL CHARGING OF SECONDARY CELLS:

a. All the cells in the battery set shall be of the same type and capacity.

b. Electrolyte shall be prepared by mixing battery grade Sulphuric Acid and


distilled water in the ratio 1:5 in a glass/Porcelain container by adding
Acid to water and not vice-versa.

c. The new cells shall be cleaned with distilled water and filled with this
electrolyte upto 12-15mm above the plates.

d. Allow the plates of cells to soak in the electrolyte for 12 hours.

e. Charge shall be applied at the rate of 4% of AH value of the cells to the


correct terminals of the battery set duly interconnected.

f. Specific Gravity and voltage of each cell shall be measured and recorded
once in 8 hours.

g. Charging shall be stopped when specific gravity becomes 1210 +/ -5

h. If the specific gravity does not attain this value, little quantity of electrolyte
shall be taken out and with electrolyte of higher value (1400 – obtained by
adding acid and added water in the ratio 7:11) and charging shall be
started afresh.

i. On charge, the cells shall be discharged with lamp load upto the limit when
the specific gravity becomes 1190 and voltage 1.85 volts.

j. Charge and discharge cycle shall be repeated once again.

k. Final charge shall be given before wiring the cells to use.

**********
118

CHAPTER – IV

LIST OF DRAWINGS

S.no Drg No Description of drawing

1 SG/CN/O2/6 FOUNDATION FOR APP. CASE - FULL


FOUNDATION FOR APP. CASE -
2 SG/CN/O2/7
HALF/QUARTER

3 SG/CN/O2/8 FOUNDATION FOR CABLE


TERMINATION BOX

4 SG/CN/O2/9 FOUNDATION FOR COLOUR LIGHT


SIGNAL

5 SG/CN/O2/10 FOUNDATION FOR SHUNT SIGNAL

6 SG/CN/O2/11 FOUNDATION FOR GROUND LEVER


FRAME
MASONARY PLATFORM FOR SIGNAL
7 SG/CN/O2/12
POST TELEPHONE
MASONARY WORK FOR EARTH
8 SG/CN/O2/13
ELECTRODE
FOUNDATION A TYPE
9 CWM 000902

10 TY/08/2008 SIGNAL NUMBER PLATE

11 CSTE/CN/OFC-1 RCC CABLE MARKER


119

FOUNDATION FOR APP. CASE - FULL


120
121

FOUNDATION FOR CABLE TERMINATION BOX


122
123
124
125
126
127
128
129
130

Chapter–V

LIST OF SIGNALLING MATERIALS WITH THEIR SPECIFICATION/DRAWINGS

The Signalling & Telecom Materials to be supplied by the contractor will be to the
following specifications/drawings with the latest amendments:

I. UNDERGROUND SIGNALLING AND POWER CABLES & WIRES:

PVC Insulated, Railway signalling indoor Multi core/Single Core cable/wire to


IRS Specification No.IRS-S-76/89(Amendment-3).

II. COLOUR LIGHT SIGNAL AND ACCESSORIES:

1 Signal Colour Light Multi Unit type 4/3/2 aspect without side light, signal
transformers, lamps and lenses as per RDSO Drg.No.SA-23001 -
23003A/M(Adv.) latest and IRS.S.26/64. The mounting socket should be
provided for 140mm dia to RDSO Drg. No.SA-23005 A/M(Adv.) latest
2 Colour Light Signalling Tubular post 4.5/3.5 metres long conforming to IRS
Spec. No.IRS/S-6-81.
3 Route Indicator-Direction type, 5 unit Arm, 1 way - 6 way as per Drg.Nos.SA-
23401-23406 and IRS.66/84 complete with fittings, mounting sockets 140mm
dia to RDSO Drg.No.S.23005/M(adv)& IRS-S-66/84 without lamps, lens &
signal transformer. (Suitable arrangement should be provided to fix the Arm
as per Unit Combination ‘a’ and ‘b’ indicated on the drawing)
4 Ladder for colour light signal multi unit type 4.5 Metres as per RDSO
Drg.No.SA-23153(Adv.)
5 Ladder for colour light signal multi unit type 3.5 Metres as per RDSO
Drg.No.SA-23150(Adv.)
6 Signal Base for 140mm dia post as IRS(S) Drg.No.S-2011/M.
7 Offset Signal bracket (large and small) with ‘U’ bolts and nuts for 140mm
CLS post
8 ‘P’/‘G’/‘C’ Marker (Non-illuminated) as per Drg.No.SA 23455-56/Adv/Alt1
9 Shunt Signal position Light type as per RDSO Drg.No.SA.23840(Adv.)
10 Signal Colour Light Transformer as per IRS Specn. No.IRS-S-59&S-23 and
RDSO Drg.No.SA-23014/M latest, (IRS-59/77 with amendment -1)
11 LED signalling unit to Specn. No.RDSO/SPN/153/2011 (Rev 4.1) (draft)

III RELAYS AND ACCESSORIES:

Relay QSPA1

Relay AC Immune plug-in type, Style* QSPA1’, DC Neutral line, slow to


pickup, 24V, 8F.4B contacts, front and back contacts metal to carbon,
complete with plug board, retaining clip & connectors conforming to
BRS:933A, IRS:S 60, IRS:S 34 & IRS:S 23 (as applicable). The interlocking
code for this unit shall be ABDEJ.
131

Relay ‘QTA2’

Relay, AC Immune, plug-in type, Style ‘QTA2’, DC Neutral track, 9 ohm,


2F.1B contacts, front and back contacts metal to carbon, complete with plug
board, retaining clip and connectors conforming to BRS:939A, BRS:966,
(Appendix F2), IRS:S 34 & IRS:S 23 (as applicable). The interlocking code
for this unit shall be FGHKX.

Electronic time delay unit (Electronic Timer)

Relay fail safe electronic time delay device mounted on ‘Q’ series relay base
& covered with fixed timing of 60 second conforming to IRS:S 61, IRS:S 34 &
IRS:S 23 (as applicable). The interlocking code for this unit shall be AFHKY.

Relay, fail safe electronic time delay device mounted on ‘Q’ series relay base
& covered with fixed timing of 120 seconds conforming to IRS:S 61 - 2000,
IRS:S 34 & IRS:S 23 (as applicable). The interlocking code for this unit shall
be AFGKY.

Relay ‘QBCA1’

Relay, AC Immune, plug-in type, Style* ‘QBCA1’, DC Biased point contactor,


24V, 2F (HD).4B contacts, front contacts (heavy duty) and back contacts
metal to carbon, complete with plug-board, retaining clip and connectors
conforming to BRS:943, IRS:S 34 & IRS:S 23 (as applicable). The
interlocking code for this unit shall be BCEJK.

AC LED ECR

Relay, plug-in type, Style* ‘AC-LED’ All aspects, AC lamp proving relay unit
with in-built current transformer type, slow release Neutral line relay, 4F.4B
contacts, front and back contacts metal to carbon, shall be suitable for
working in series with the 110V AC,LED signal lamp rated at 15W confirming
to RDSO spec. STS/E/Relays/AC lit LED Signal/09-2002, BRS: 941A, IRS: S
34 & IRS: S 23 (as applicable). The interlocking code for this unit shall be
ABDHK.

IV TRACK CIRCUITS COMPONENTS & ACCESSORIES:

1 Track lead Junction Box as per RDSO Drg.No.SA-20101/M complete with


450mm long 25mm dia pipe, terminals and stump.
2 Choke Type ‘B’ having annealed enameled copper wire, as per IRS
Specn.No.IRS-S-65/83.(Amendment No.3)
3 ‘Disc’ Type Track Feed Resistance as per Drg.No.SA-20161-66/M
4 Surge Discharger Type ‘A’ Non Restoration type as per IRS-S-52-76 with
latest amendments but without hard ware materials, i.e., bolts, nuts, washers,
etc. and connection cables and Aluminium terminal lugs.
5 Track feed battery charger as per IRS Specn. No.IRS:S-89-93 with
Amendment-2.
132

6 Channel Pin single Groove 7mm dia (for 4mm dia) Bond wire as per IRS:S-
17-75
7 Bond wire clip (52Kg.-90R Rails) as per RDSO Drg. No.S-22167(Adv.)
8 Wire GI soft. 4mm (8 SWG) as per IS Specn. No.IS-280
9 Audio frequency Track circuit equipments to RDSO Specn. No.146/2001
10 Axle counter – Universal type – Spec. No: IRS:S-42/85 & Drg. No.S-15602-
04
11 Digital Axle counter – Single section type. Spec No: RDSO/SPN/177/2003
(version - 1) with Amendment-2, and manufactures specification.
Spec No: RDSO/SPN/177/2005 (version - 2) with Amendment-1.
12 MSDAC – RDSO/Spn/176/2005 Ver.2 & firm spec.

V INSULATIONS:

1 Insulated Rod Joint 32mm butt end as per RDSO Drg.No.SA-


3637/M(Adv.)Alt.2
2 Insulation for Gauge tie plate (BG)complete with insulating bush and washer
each set comprising of:
(a) Insulating plate for insulated tie plate BG as per RDSO Drg.No.T-10372-
1 No.
(b) Insulating bushing for insulated stretcher bar BG as per RDSO Drg.No.T-
10368 – 3 Nos.
(c) Insulating Washer for insulated stretcher bar BG to IRS 40/84 as per
RDSO drg.No.T-10371 – 6 Nos.
3 Insulation for altering stretcher bars(BG) each set comprising of
(a) Insulating plate for altering insulated stretcher bars BG as per RDSO
Drg.No.T-10384 – 2 Nos.
(b) Insulating bushing for altering insulated stretcher bars for BG as per
RDSO Drg.No.T-10535- 4 Nos.
4 Insulation for stretcher bars BG. Each set comprising of:
(a) Insulating side plate for insulated stretcher bars BG as per RDSO
Drg.No.T-10367 – 1 No.
(b) Insulating bushing for insulated stretcher bars BG as per RDSO
Drg.No..T-10368 – 2 Nos.
(c)Insulating washer for insulated stretcher bars BG as per RDSO Drg.No.T-
10371 – 4 Nos.
5 Insulated Rail joint Nylon (Four channel type) 60 Kg. UTC complete as per
RDSO Drg.No.SA-22181(Adv.) latest.
6 Insulated Rail joint Nylon (Four channel type) 52 kg. Complete as per RDSO
Drg.No.SA-22101(Adv.) latest without iron & steel parts.
7 Insulated Rail joint Nylon (Four channel type) 60R complete as per RDSO
Drg.No.SA-22131(Adv.) latest without iron & steel parts.
8 Insulated Rail joint Fish plate as per RDSO Drg.No.S-22101(Adv.)
9 Rail joint Insulated backing plate 52kg. as per RDSO Drg.No.S-28107(Adv.)
10 Rail joint Insulated backing plate ‘90R’ as per RDSO Drg.No.S-22117(Adv.)
11 Rail joint Insulated ferrule as per RDSO Drg.No.S-22108(Adv.)
12 Throw bar lug insulation for 5 E point machine to Drg. No.SA-9001 and SA-
9002
13 Driving lug insulation for IRS point machine – One set comprises of
(a)Insulating plate to Drg.No.S-8804 - 1 No.
133

(b)Insulating bush to Drg.No.S-8813 - 2 Nos.


(c)Insulating washer to Drg.No.S-8640 - 2 Nos.

14 ‘D’ bracket insulation for IRS point machine - One set comprises of
(a)Side plate LH to Drg.No.S-3266 - 1 No.
(b) Side plate RH to Drg.No.S-3265 - 1 No.
(c)Insulating bush to Drg.No.S-3199 - 4 Nos.
(d) Insulating washer to Drg.No.S-8640 - 4 Nos.

POWER SUPPLY EQUIPMENTS(The rating of these equipments will be


VI indicated in Volume-I):

1 Transformer 230V AC/110V AC as per IRS Specn. No.IRS-S-72/88 with


Amendment-2)
2 Transformer 230V AC/400V AC as per IRS Specn. No.IRS-S-72/88 except
for the following modification:
Para 1.1: This specification covers the requirement for 230/400V AC 50Hz
single phase transformer used for power supply in colour Light Signal
installation
Para 3.2.3: The primary of the transformer 230/400V AC shall have min
tappings at 0, 220, 220 & 230V. The secondary winding shall have min
tappings at 0, 360, 380, 400 & 420V, being the nominal voltage at no load.
Para 5.9 &5.10: These tests shall be carried out on the secondary winding
side between terminals 0 V and 400V.
3 Transformer 400V AC/110V AC as per IRS Specn. No.IRS-S-72/88 except
for the following modification:
Para 1.1: This specification covers the requirement for 400/110V AC 50Hz
single phase transformer used for power supply in Colour Light Signal
installation
Para 3.2.1: The rated input of the transformer shall be 400V AC.
Para 3.2.3: The primary of the transformer 400/110V AC shall have min.
tappings at 0, 360, 380, 400 & 420V. The secondary winding shall have
tappings at 0, 100, 110 & 120V, being the nominal voltage at no load.
Para 5.8: Open circuit test shall be carried out with 400V AC applied on the
primary winding between terminals 0V and 400V.
Para 5.12: Short circuit test shall be carried out with 400V applied to the
primary winding at terminals 0V and 400V.
4 Battery chargers for MFVR batteries to IRS.S-93/96B (Amd – 1)
5 Battery chargers –SMPS based to RDSO/SPN/160/99
6 Battery chargers self regulating as per IRS Specn.No.IRS-S-86/2000 with
Amendment-4
7 Battery chargers Dual Bank as per IRS Specn.No.IRS-S-85/92 with
Amendment-3.
8 Voltage Stabilizer Ferro resonant type as per Specn.No.IRS-S-74/89 with
Amendment-6.
9 Inverter for Railway Signalling installations for ‘On Line’ applications (with
sine wave output) as per IRS Specn.No.IRS-S-82/92 with Amendment-2
10 D.G set as per RDSO specification no RDSO/SPN/193/2005
11 Secondary cell-Low Maintenance to Specn. No.IRS-S-88/2004
12 Secondary cell- Maintenance Free to Specn. No.IRS-S-93/96A with Amd – 1.
134

13 Solar photo voltaic module to Specn. No.IRS:S-84/92 with Amd – 2


14 Transformer rectifier set to Specn. No.IRS:S-91/93 with Amendment-1
15 SMPS based IPS to Specn. No.RDSO/SPN:165/2012 Ver.3
16 DC-DC converter to Specn.IRS:S-96/2000
17 Dual bank battery charger to Specn. No.IRS-S-85/92(Amd-3)
18 High voltage signal feed transformer to IRS:S-92/93
19 Ni-CAD cells with charger to Specn. No.IS-10918

VII ACCESSORIES TO BLOCK INSTRUMENTS:

1 Block Bell Equipment to Block instrument as per Specn. IRS:TC-44/88


2 Filter Unit to Block instrument as per specn. No.IRS-S-68/89

VIII TERMINAL BLOCK, FUSE BLOCK &FUSE:

1 Terminal Block(M6-Terminals) (1 way-25mm) as per IRS Specification


No.IRS-S-75-2006 rev-2 and IRS Drg.No.SA-23741/A(Alt.4)
2 Terminal Block(M6-Terminals) (1 way 60mm) as per IRS Specification
No.IRS-S-75-2006(Latest) and IRS Drg.No.SA-23745/A(Alt.5)
3 Fuse Link cartridge cylindrical head(2A, 4A and so on) non-deteriorating
type, non indication type as per IRS Specification No.IRS-S-78/92
4 Fuse Block as per IRS(S) Drg.No.SA-23748(Alt.4) IRS.75-2006 (Rev-2).

IX ELECTRO MECHANICAL ITEMS:

1 Electric point & lock Detector (with cross protection contacts) to IRS:S-49/74
(amendment-1) (For Single Pair of Point and Lock with In and Out
movement), Drg.No.SA-23331(Adv.) (For Single Pair of Point and Lock with
straight through movement), Drg.No.SA-23332(Adv) (For Double Slip Points),
Drg.No.SA-23333(Adv)
2 Electric key transmitter to Specn. No.IRS:S-21/01 & Drg.No.SA-22601. (Alt.4)

X MECHANICAL ITEMS:

1 Lock Key ‘E’ type as per IRS Drg.No.SA-3376/M.


2 Interlocking Frame Ground Type Single lever as per IRS:S-30/64
RDSO Drg.No.SA-922(Adv.)
3 Lock facing point(H.P type) with key locks base as per IRS Drg.No.S-3152/M
4 Lock facing point (H.P type) Split stretcher bar (BG) 52kg. Rail as per IRS
Drg.No.SA-3162/M
5 Indicator point on Trestle with short lamp base as per RDSO Drg.S-
5777/2/M(Adv.)
XI MISCELLANEOUS EQUIPMENTS:

1 Block Section/Shunting Limit Board as per RDSO Drg.No.SA-2373 (Adv)


latest.
2 RCC pipe 100mm inner dia 150mm outer dia 2 meter long with collars to IS
Specn.No.458/1971.
3 Earth Leakage detector single channel/Multi-channel suitable to work on
110Voltage 50Hz single phase AC as per RDSO/SPN-256/2002 with electro-
135

magnetic counter.
4 Magneto Telephone Desk Type to IRS TC-36-85
5 Data Logger to Specn. No.IRS-S-99/2006
6 Paging and Talk Back System in lieu of Post Type Telephone as per details
given below:
Specification:
(a)System shall be capable of working on two wire only and no separate
power supply to be provided at Home Signal. It should facilitate hand free
listening
(b)Audio and Visual indication using LEDs and Piezo Buzzer for power ON
and Ringing
(c)Easy removal of PCB for replacement in case of any failure
(d)PCB connectors of different sizes to prevent wrong connections
(e)Equipment should be housed in rugged weather proof metal console with
a gauge of 1.6mm for field end and 1.0mm for office end
(f) (i)ASM’s Office equipment:
Operating voltage : 12V DC
Current consumption : <300mA
Audio Power output : >500mW

(ii)Home Signal equipment:


Audio Power output : >500mW
Calling facility : Press button at the bottom of the unit
Mounting : Double clamped on the signal post
Housing : Rugged weather proof metal housing

(No separate Power Supply Arrangement)


(g) Spares to be handed over for each set to Railway:

(i) PCB : 1 No.


(ii) Speakers : 2 Nos.
(iii) Switches : 1 Set
(iv) Fuses : 2 Nos.

NOTE: For upto - date details, please refer RDSO web site.

****

You might also like